Date post: | 26-Mar-2018 |
Category: |
Documents |
Upload: | phungquynh |
View: | 240 times |
Download: | 7 times |
Page 1 of 193
Scaling up of IT infrastructure installed under R-APDRP to whole
DHBVN and UHBVN
REQUEST FOR PROPOSAL (RFP)
for selection of ‘IT Implementation Agency’ to assist the Haryana Discoms
(DHBVN and UHBVN) for implementation of IT infrastructure
For further details, please visit the website:
www.dhbvn.com
Purchaser: Dakshin Haryana Bijli Vitran Nigam Ltd
On Behalf of
Dakshin Haryana Bijli Vitran Nigam Limited
Uttar Haryana Bijli Vitran Nigam Limited
RFP Identification No: TER-03/RAPDRP/2014
Single Stage – Double Envelope Selection Procedure
The last date for submission of RFP is 07/10/14 (01:00 PM)
This document is meant for the exclusive purpose of RFP and shall not be
transferred, reproduced or otherwise used for purposes other than that for
which it is specifically intended.
Page 2 of 193
CONTENTS
1.0. About Discoms ........................................................................................................ 4
1.1. Introduction ...................................................................................................................... 4
1.2. Company Profile .............................................................................................................. 5
1.2.1. DHBVN Profile ......................................................................................................... 5
1.2.2. UHBVN Profile ......................................................................................................... 5
2.0. About the Project .................................................................................................... 6
2.1. About RAPDRP....................................................................................................... 6
2.2. Scaling up to RAPDRP system to Non RAPDRP areas of DHBVN and UHBVN ..... 9
3.0. Bid Schedule ......................................................................................................... 12
4.0. Bid Summary ........................................................................................................ 12
5.0. Instructions to Bidders........................................................................................... 19
5.1. General ........................................................................................................................... 19
5.2. Contents of Bidding Document .................................................................................... 22
5.3. Preparation of Bids ........................................................................................................ 24
5.4. Submission and Opening of Bids ................................................................................. 30
5.5. Evaluation and Comparison of Bids ............................................................................. 34
5.6. Award of Contract .......................................................................................................... 39
5.7. Interpretation .................................................................................................................. 40
6.0. Bid Data Sheet ...................................................................................................... 41
7.0. Eligibility Criteria ................................................................................................... 44
8.0. Bidding Forms ....................................................................................................... 49
8.5 Certificate as to Corporate Principal ................................................................................. 49
8.1. Technical Proposal Submission Sheet ........................................................................ 50
8.2. Price Proposal Submission Sheet ................................................................................ 52
8.3. Bid Security .................................................................................................................... 54
8.4. Manufacturer’s Authorisation ........................................................................................ 56
8.5. Certificate as to Corporate Principal ............................................................................ 57
9.0. Scope of Work ...................................................................................................... 58
9.1. Customer and Offices Details ....................................................................................... 58
9.2. Project Components ...................................................................................................... 59
9.2.1 Project Components Part A .................................................................................. 61
9.2.2. Project Components Part B .................................................................................. 65
10.0. General Conditions of Contract ............................................................................. 72
11.0. Special Conditions of Contract .............................................................................. 96
Page 3 of 193
12. Appendices ................................................................................................................. 104
12.1. AGREEMENT ..................................................................................................................... 104
12.2. Performance Security ........................................................................................................ 106
Appendix Un-priced BOM ........................................................................................................... 108
Appendix A- Mandatory Technical Specifications ....................................................................... 110
Appendix B- Technical Specifications .......................................................................................... 112
Appendix C- Service Level Agreement ......................................................................................... 140
Appendix D Supplier Response Format ...................................................................................... 155
Appendix E- Evaluation Methodology ........................................................................................ 170
Appendix G- Bidder Queries ....................................................................................................... 176
Appendix F – Geographical & Administrative Information .......................................................... 176
Appendix H – List of Manuals/Business Processes to be converted into electronic form ............ 178
Appendix I – Estimated Manpower Requirement ....................................................................... 180
Appendix J– Expected Implementation Schedule ....................................................................... 181
Appendix K- Abbreviations ......................................................................................................... 183
Appendix: Price Bid Format........................................................................................................ 186
Page 4 of 193
1.0. About Discoms
1.1. Introduction
The power sector reforms in the state of Haryana were initiated by the Government of
Haryana (GoH) under the Haryana Reforms Act 1998 on 10th March 1998. The
Haryana Electricity Regulatory Commission (HERC) was formed on 16th August 1998
and the Haryana State Electricity Board (HSEB) was unbundled in to two independent
company’s viz. Haryana Power Generation Corporation Limited (HPGCL), to
undertake generation of electricity, and Haryana Vidyut Prasaran Nigam Limited
(HVPNL) to undertake transmission, distribution and retail supply of electricity in the
state of Haryana.
Subsequently in July 1999, two distribution companies viz. Uttar Haryana Bijli Vitran
Nigam Ltd. (UHBVNL) and Dakshin Haryana Bijli Vitran Nigam Ltd. (DHBVNL) were
separated from HVPNL to exclusively undertake function of distribution and retail
supply of electricity in their respective geographic areas.
Electricity Sector organizations in Haryana
HERC Haryana Electricity Regulatory
Commission http://www.herc.nic.in
HPGCL Haryana Power Generation Corporation
Limited http://hpgcl.gov.in
HVPNL Haryana Vidyut Prasaran Nigam
Limited http://www.hvpn.gov.in
DHBVN Dakshin Haryana Bijli Vitran Nigam Ltd http://www.dhbvn.com
UHBVN Uttar Haryana Bijli Vitran Nigam Ltd http://www.uhbvn.com
Page 5 of 193
1.2. Company Profile
1.2.1. DHBVN Profile
*Data as on 31st March’2013. Current % growth per annum for consumers is 7.5%.
1.2.2. UHBVN Profile
Sr. No Circle Name Consumers Sub-Division
Offices
Other Offices
Unit Nos. Nos. Nos.
1 Ambala 184932 7 3
2 Kurukshetra 146204 4 1
3 Karnal 163819 12 3
4 Panipat 262711 5 1
5 Kaithal 152603 8 2
6 Yamunanagar 160122 7 1
7 Jhajjar 235645 8 2
8 Sonepat 185480 9 3
Sr. No Circle
Name Consumers
Sub-
Division
Offices
Other
Offices
Unit Nos. Nos. Nos.
1 Hisar 365904 13 0
2 Gurgaon 233902 10 5
3 Faridabad &
Palwal 144280 8
0
4 Bhiwani 249690 12 3
5 Sirsa 208450 9 3
6 Narnaul 148147 7 3
7 Rewari 168746 6 2
8 Jind 196652 9 1
Total 1715771 74 17
Page 6 of 193
Sr. No Circle Name Consumers Sub-Division
Offices
Other Offices
Unit Nos. Nos. Nos.
9 Rohtak 249823 5 6
Total 1741339 65 22
*Data as on 31st March’2014. Current % growth per annum is 7.5% for consumers
2.0. About the Project
2.1. About RAPDRP
The Government of India in 10th Plan started Accelerated Power development and
reforms program for reforms in distribution with following objective:-
Reduction of AT&C losses
Bring about Commercial viability
Reduce outages & interruptions
Increase consumer satisfaction
Considering the need for continuity and to rein in the losses of the utilities, need was
felt to continue the initiative of APDRP in 11th plan which was termed as R-APDRP.
On review of the status and benefits achieved of APDRP, it was felt that to have
sustainable distribution business, it is essential to give impetus to IT enabling of the
sector on an integrated platform. The IT platform shall assist in capturing and
validating the energy and revenue model to gather in a transparent manner with
accuracy.
Also, considering the difficulties of domain expertise in IT area of the utilities and the experiences the utilities had, it was considered necessary to prepare SRS template, which shall provide the IT infrastructure for drawing the baseline data while addressing the need of IT back bone in the area of distribution business process to capture the benefits of the investments on sustainable basis.
RAPDRP (Part A) is under implementation in total 36 towns of UHBVN and DHBVN
to meet following objectives
a) Establishing base line data for accurate measurement of losses.
b) Improving customer services which include projects for establishment of IT
Infrastructure & deployment of applications like Meter Data Acquisition, GIS
based electrical asset mapping and consumer indexing, Meter Reading, Billing,
Page 7 of 193
Collections, MIS, Energy Audit, New Connection, Disconnection, Customer
Care Services, Web self-service etc.
Under the RAPDRP (Part A) scheme, the following IT Infrastructure Setup has been
envisaged in DHBVN:
1. Establishment of Data Center at Hissar
2. Establishment of Disaster Recovery Center at Panchkula
3. Establishment of a Common Centralized Call Center for both Utilities at
Gurgaon for seating capacity of 100 with a Toll Free No..
4. Providing all the following modules and systems:
a. Meter Data Acquisition System
b. Energy Audit
c. New Connection
d. Disconnection & Dismantling
e. GIS based Customer Indexing and Asset Mapping
f. GIS based integrated Network Analysis Module
g. Centralized Customer Care Services
h. Management Information System (MIS)
i. Web Self Service
j. Identity and Access Management System
k. System Security Requirement
l. Development of Commercial Database of Consumers
m. Metering
n. Billing
o. Collection
p. Asset Management
q. Maintenance Management
r. Document Management System
s. Mail / Messaging System
t. Enterprise Management System and Network Management System
u. Antivirus & Firewall System
v. Data Warehouse System with MIS application
5. AMR Implementation
6. DGPS based GIS Survey for all towns coming under the R-APDRP scheme
7. Establishment of LAN, MPLS-VPN and other networking in all the identified
towns of both the DISCOMs
8. Facility Management Services for 5 years from the “Go-Live” Date of Project
a. Integration, as envisaged in G1 section under 3.10 paragraph of SRS
Document, with existing applications.
Page 8 of 193
9. Data Migration for following applications as envisaged in section G1 under 3.9
paragraph of SRS, but not limited to
a. Metering
b. Billing
c. Collection
d. New Connection
e. Disconnection and Dismantling
f. Asset Management
g. Maintenance Management
Solution component mapping with business functions as implemented in RAPDRP is
given below:
RAPDRP Functional Modules Solution Components Extendibility
Meter Data Acquisition System (MDAS)
Secure Meters - Integrator, DCU Devices, Substation Monitoring
Flexible to connect other protocol based meters, can be integrated with SCADA
Energy Audit Secure Meters - Enerlyser
New Connection Oracle Utilities CCB Product
Disconnection and Dismantling Oracle Utilities CCB Product
Centralized Customer Care Services
Oracle Utilities CCB Product, Contact Anywhere product integrated with Call Center Solution
Interfaces to connect Kiosks, Cash/Cheque Kiosks, CTI, IVR
Management Information System (MIS)
Oracle CCB, WAM BI Publishers, OBIU for DWH
GIS based customer indexing and asset mapping ESRI
Interfaces with systems like Energy Audit, Meter Data, SCADA, CCB
GIS based integrated network analysis module PRDC NA Product (PRDC)
Interfaces with ESRI using Network Adapter to extract GIS Data and performed Network Analysis
Web Self Service JBOSS Server.
Identity and Access Management CA IDM
Document Management, SSO
System Security Requirement CA IDM Suit
Page 9 of 193
RAPDRP Functional Modules Solution Components Extendibility
Development of Commercial Database of Consumers
Oracle Utilities CCB Product
Metering Oracle Utilities CCB Product
Integrated with MDAS, CMRI
Billing Oracle Utilities CCB Product
Interface for Spot Billing
Collections Oracle Utilities CCB Product
Interface for Payment Gateway
Asset Management Oracle Utilities WAM Product
Integrated with GIS Apps
Maintenance Management Oracle Utilities WAM Product
Business Intelligence Oracle Utilities BI (OUBIEE)
Document Management Newgen Omnidocs
Workflow Management Workflow Engine
Integration Middleware Oracle OSB Suite
2.2. Scaling up to RAPDRP system to Non RAPDRP areas of DHBVN and
UHBVN
Further, Management of DHBVN and UHBVN have decided to extend the RAPDRP
IT systems (except GIS) to rest of areas of DHBVN and UHBVN.
List of IT systems which are under implementation under RAPDRP (Part A) scheme
are listed below. Systems which need to be extended to other areas of DHBVN and
UHBVN (to be referred as Non-RAPDRP area) are also specified in the list.
Page 10 of 193
Name Of Application
Extended
to Non-
RAPDRP
Area
Name Of Application
Extended
to Non-
RAPDRP
Area
Oracle Utilities: PRDC
Customer Care & Billing Y
PRDC- GIS Network
Analysis N
Oracle Work & Asset
Management Y Secure Meters
Oracle Utilities Business
Intelligence Y Secure Meters Integrator Y
Oracle OSB for SOA Y Secure Meters Analyser Y
Data Warehouse Y
Secure Meters Substation
Monitoring System N
Weblogic Application
Server Y
CA Identity & Access
Management System Y
Newgen Document
Management System IT Infrastructure Tools
Newgen Omnidocs Y
Enterprise Management
System Y
Omni-scan for scanning
solution Y
Network Management
System Y
ESRI
Anti-Virus Solution
(Including Security
Management server)
Y
ArcGIS Desktop
(ArcEditor) N
DNS Server (LDAP/Active
Directory included) Y
ArcFM Desktop N Access Control Y
ArcGIS Server Advanced N Call Centre Solution: Avaya N
ArcFM Server Advanced N Microsoft:
ArcGIS Schematics N
Microsoft Active Directory
Server Y
MS Exchange Messaging
Server Y
As the project is intended to scale up existing RAPDRP systems to Non-RAPDRP
area, there are some implementation and operational challenges perceived in certain
items as mentioned below where ownership already lies with existing RAPDRP ITIA.
Page 11 of 193
a. Some changes and additional configurations are required in existing RAPDRP
applications to suit Non-RAPDRP area. As existing development is done by M/S HCL
tech, bringing one more ITIA to do new development or change existing development
will create practical issues. Further maintenance of same application by multiple ITIAs
will be very complex, difficult and cost ineffective solution.
After consideration of above complexity, Management of DHBVN and UHBVN have
decided to divide scope of work into two parts i.e. Part A and Part B. Also, it has been
decided to prioritise allotment of specific items (covered under Part A of the project) to
existing RAPDRP ITIA at negotiated rates of lowest price bid obtained from bidders
for these specific items. In case existing RAPDRP ITIA does not agree to work at
lowest bid price received for these specific items, Nigam management can allocate
the task to lowest price bidder.
Components of Part A and Part B of the project are given in below table:
Part A
Application Changes
Building up of Commercial Database
Part B
Office Infrastructure
New bandwidth for Offices to DC/DR and increase in bandwidth for DC
and DR
Supply and installation of Modems and GPRS Sims for Substation, HT
meters and LTCT meters
FMS for Office infrastructure, Modems, SIMS (parts and replacement)
Please refer section 9 i.e. Scope of Work for details of Part A and Part B items.
Bidders are required to submit technical and commercial bid in two parts i.e. separately
for Part A and Part B of the project but financial evaluation of the bid shall be done
after aggregating total price quoted for both Part A and Part B of the project as well as
for both the DISCOMs.
Bidders are advised to study this document carefully. Submission of RFP shall be
deemed to have been done after careful study and examination of this document with
full understanding of its implications. This RFP document is not transferable. This
document must be read entirety. Please verify that you have a complete copy.
Page 12 of 193
3.0. Bid Schedule
Bid Item Date and Time Location
Download of RFP / Bid
Document
From 20-Aug-14 on
onwards
Date of Pre-Bid
Conference 11-Sep-2014 at 11 AM
Conference Room,
Vidyut Sadan, Vidyut
Nagar, Hissar-125005
Haryana
Deadline for submission of
Bid 7-Oct-2014 upto 1 PM
Vidyut Sadan, Vidyut
Nagar, Hissar-125005
Haryana
Opening of Technical Bid 7-Oct-2014 upto 3 PM
Opening of Price Proposal To be intimated later
4.0. Bid Summary
1. Both the Discoms of Haryana, plan to have a common integrated IT solution in the
entire state.
2. Dakshin Haryana Bijli Vitran Nigam Limited (DHBVN) invites the bids on behalf of
both DISCOMs viz. Dakshin Haryana Bijli Vitran Nigam Limited (DHBVN) and Uttar
Haryana Bijli Vitran Nigam Limited (UHBVN). All the co-ordination and
correspondence will be done by the DHBVN with the bidders till the final selection of
the IT Implementing Agency. After completion of the bid evaluation, the respective
DISCOMs would issue the Work Order and enter into agreement with the selected
ITIA.
3. All the bids should have numbered pages format (1 of n, 2 of n…where n =number
of pages) with spiral binding.
4. Financial evaluation of the bid shall be done after aggregating total price quoted for
both Part A and Part B of the project as well as both the DISCOMs. This aggregate
price will be considered as final quote from the bidder.
5. The technical specifications for the scoped items would be same as elaborated in
section 9 i.e. Scope of Work, Appendix B (Technical Specification) and as mentioned
in SRS and subsequent corrigenda issued by purchaser till the time of Bid
Submission.
Page 13 of 193
6. The requirement of the hardware and other units mentioned in Section 9 i.e. Scope
of Work and Appendix B (Technical Specifications) are as per the DISCOMs
approved DPRs. However, the payment will be made as per the actual quantity
consumed during the execution as per the site and solution requirements.
7. The evaluation shall be made on the overall cost of the items and quantities quoted
in the bid in compliance to RFP. However, while placing the order, or during the
execution, the utility reserves the right to modify the quantities of individual items to
the extent of +/- 30% of the mentioned BOQ subject to within a range of 10% of the
value of the overall project cost.
8. Accordingly the selected bidder, after the award of contract, will finalize the actual
quantities to be deployed after approval of the DISCOMs, before initiating the
purchase process of such items.
9. All application software, hardware, data, plans, drawings, specifications, designs,
reports and other documents procured or developed by the selected vendor in the
execution of the contract shall remain the property of the respective DISCOM, right
from the beginning of the contract, during the whole duration of the project and after
the expiry or termination of the contract. The respective DISCOM shall also remain
the sole owner of the property (Hardware/Software) in case the contract is terminated
for any other reasons.
10. The source code of the customized part of the application software will remain the
exclusive property of the respective DISCOM, even after the termination or expiry of
the contract. The ownership shall also remain with the respective DISCOM in case
the selected vendor fails to execute tasks to the satisfaction of the respective
DISCOM.
11. The Bid Security mentioned in this document is for the entire bid. The Performance
Security will be 10% of the total bid amount as per SCC of this bid document.
However, selected ITIA for Part B of the project shall submit an additional contract
Performance Bank Guarantee equal to quoted FMS value (1/4 of that being released
every year on successful completion of FMS and other obligations each year) to take
care of any non-performance during FMS period. However, the original clause of
Performance Bank Guarantee shall remain the same as per RFP.
12. Advance Payment: 10% of project cost (excluding FMS & Bandwidth) shall be
payable towards “Initial Mobilization” on issuance of Letter of Award (LoA) by Utilities
and team mobilization by the successful bidder.
Mobilisation advance of 10% would be given against submission of Bank Guarantee
for 110% of initial Advance subject to that " if the contract is terminated due to default
Page 14 of 193
of the contractor, the mobilization advance would be deemed as interest bearing
advance at an interest of 11.5%per annum (or as applicable for PFC loan which at
present 11.5%) to be compounded quarterly and equivalent amount may be
recovered.
The BG will be valid until the Supplier has fully repaid/adjusted the amount so
advanced in accordance with the terms of the Contract and completion of successful
acceptance test.
The security shall be in the format provided format acceptable to the Purchaser. The
amount of the security shall be reduced in proportion to the value of the System
executed by and paid/adjusted to the Supplier from time to time and shall
automatically become null and void when the full amount of the advance payment
has been recovered/adjusted by the Purchaser and acceptance test has been
successfully completed. The way the value of the security is deemed to become
reduced and, eventually, voided is as specified in the SCC. The security shall be
returned to the Supplier immediately after its expiration.
13. Both DISCOMs will execute separate contracts with the selected vendor(s).
14. The per unit rate for all the common items i.e. Hardware and Software and services
should essentially be the same for all project areas and the bidder will undertake this
in the technical proposal. In case of any difference in the price quoted for such
common items, the lower price shall be taken into consideration for the purpose of
evaluation, award and payments.
15. Meter data captured through GPRS/CDMA Modem will be transmitted directly to
Data Centre / DRC, SIM Cards will be provided in the name of DHBVN /UHBVN to
enable it to pay directly to the service provider.
16. The bidder should give a declaration on its letterhead that its bid DOES NOT
DEVIATE from this RFP, the SRS and any addendum to SRS issued by purchaser
or Utility or any addition /modification /elaboration or deviation taken by purchaser or
Utility to SRS or RFP.
17. Data Center and Disaster Recovery Center: The centralised Data Centre for both
the utilities is at Hisar, Haryana and the centralised DRC is in Panchkula, Haryana.
The DRC of Panchkula town will be physically co-located at the Haryana State Data
Centre sited at Chandigarh.
18. The DRC is an exact replica of DC i.e all the software, hardware and network
equipment and other items etc provided at DC are also installed and commissioned
at DRC along with relevant licenses to support all operations from DRC during DR
drill and in event of disaster.
Page 15 of 193
19. All provided servers should be offered with latest CPU with highest clock speed
available on the model being offered by the bidder at the time of bidding. Each Server
shall be configured with even number of CPUs. Server OEMs must be member of
Transaction Processing Council (TPC) or Standard Performance Evaluation Council
(SPEC).
20. Facility Management Services: For Part B of the project, FMS Charges are required
to be mentioned Circle wise for 4 years from the date of Project “GO-LIVE”.
21. Licensing:
a. All the required licenses shall be procured in the name of “Dakshin Haryana Bijli
Vitran Nigam Limited”
b. Wherever required the bidder shall only provide enterprise wide license without
constraint of number of CPU / Core / Number of Users / Number of Consumers
for all system software.
c. All the licenses shall be owned by Haryana Discoms even after the end of period
of 4 years from the date of “GO- LIVE”. Both Discoms and any new power
distribution entity that emerges in Haryana shall have complete right to use these
licenses.
d. The purchaser shall be at liberty to deploy the solution anywhere within the state
of Haryana.
22. Trainings: In addition to the scope envisaged in SRS document for trainings and
documentation, followings will be part of ITIA’s scope for Part A of the project:
a. The selected ITIA of the project will provide the training on the various
applications to application users of both DISCOMs as per client requirements.
b. The training shall be conducted by experienced instructors of ITIA and OEM.
c. ITIA in consultation and convenience of the Haryana DISCOMs shall workout the
training program and all the other modalities of the training, which should be
delivered by OEM certified and SI.
d. Bidder shall conduct minimum 600 man days of training at sites or at centralised
location as specified by DISCOMs. Feedback and attendance of each training
session shall be submitted to CE (RAPDRP), DHBVN.
e. ITIA to conduct a training need analysis to determine the training and
development needs for all the job roles that will be affected by the Haryana
DISCOMs technology initiatives.
23. Selected ITIA for Part A of the project to provide the separate training delivery plan
for both the DISCOMs in the Technical Bid proposal.
24. If DISCOMs issue any amendment to the SRS or RFP till the date of submission of
this bid document, those amendments will become a part of this bid document and
Page 16 of 193
no separate intimation shall be given to empanelled ITIAs. This, however, will be no
reason for any extension of bid submission/ opening date. The bidders are advised
to remain updated with the latest amendments issued by DISCOMs. The SIs are
also advised to check DISCOMs website (www.dhbvn.com, www.uhbvn.com)
regularly for any amendment or addendum.
25. User acceptance Testing (UAT): Acceptance testing has been defined in the clause
3.6 (Testing and Acceptance procedure) in SRS section –G1, General Technical
specification and it is clarified that the performance testing will be part of Acceptance
testing as already defined in this clause of SRS document.
The term ”User Acceptance Testing” as used in RFP as referred above and
“Acceptance Testing” as defined in the SRS document shall mean the same and vice
versa”.
26. Go Live of a Project area: Pilot is the first project area that goes live in a utility /state.
The Go –Live of the pilot area may be considered complete provided -
i. The Data Center/Disaster Recovery Center has been upgraded in all respects
including installation, commissioning of all additional hardware and networking
devices, installation, configuration and customization of all IT application software
in line with existing RAPDRP processes and integration including process
changes to the extent of disabling of RAPDRP GIS system and related integration
for Non-RAPDRP areas, completion of functionality and other tests required as
per specification, availability of bandwidth and network connectivity etc.
ii. All the works in pilot area have been completed including installation,
commissioning of all Hardware and networking devices, availability of meter data
from all system and consumer meters in MDAS system, operational connectivity
with data center and access of all the IT application at data center by the end
user in pilot area as utility defined access rights.
iii. The Go live of the other project areas (Circles) shall be completed progressively
similar to pilot area as clarified in para a (ii) above.
Pilot implementation is envisaged to be completed at selected pilot area in both the
DISCOMs (Barwala for DHBVN and Panchkula for UHBVN) within 6 months from
the date of contract of selected ITIA for Part A and within 2 months from the date of
contract of selected ITIA for Part B. Complete rollout in the remaining approved
Operation Circles will be done in the next six months at the rate of 3 Circle per Two
months per DISCOM (DH & UH).
27. The Bid Submission Sheets and Price Schedules given in RFP Section 8. ‘Bidding
Forms’ should be submitted on Company Letter Head and signed by an officially
authorized representative to sign the bid and stamp it with company seal. All other
pages of the documents – the RFP, the SRS and any addendum to SRS issued by
Utilities as also any modification / elaboration or deviation taken by Utilities to SRS
Page 17 of 193
or RFP shall be signed on each page with stamp of company seal by the authorized
representative.
28. Technical proposal should have detailed Unpriced BOM with Make, Model and
Quantities of all the items for the proposed solution as per the annexure “Un-Priced
Technical Bid Form”. It should not have cost of any item.
29. The bidder should, if it feels necessary, study on its own, at its own cost, the existing
status, data, consumer base, geographical spread of the Utilities. The bidder shall
structure the proposal as per the requirement of the system/solution being
envisaged. Utilities under no circumstances shall accept any disclaimers from
successful Bidder on this account. The ‘out of scope’, ‘exclusions’ and ‘assumptions’
having cost implications will not be entertained and will be treated as deviations.
30. All update/upgrades and maintenance of required software and its hardware and
related licenses should be provided as per SRS Section G-1 Clause 9(D)-Annual
Technical Support at no extra cost. All such cost should be built up in proposal for
period of 4 years from date of go live.
31. All equipment shall have onsite warranty from OEM and in accordance with SRS.
OEM certificate needs to be enclosed for after sale support. Successful bidder shall
maintain adequate spare parts/hardware to support SLAs throughout contract period
as per following responsibility matrix.
32. All queries relating to this bid document that the prospective bidder wants to be
clarified during Pre-Bid Conference should be emailed to the e-mail ID
[email protected] at least 5 days before the pre bid meeting date in the
format as given in Appendix G. No queries about the G3 section of SRS will be
entertained.
33. The source code of the customized part of the application software will remain the
exclusive property of Utilities, even after termination or expiry of the contract.
34. Utilities will define own archiving and data / document retention policy. Appointed
ITIA will implement and observe these policies during the FMS period.
35. Appointed ITIA’s shall implement the Haryana State IT security policy (currently
under development) and any modifications thereto during the period of its
engagement as per below responsibility matrix.
Page 18 of 193
Item List Responsibility
Security related to Data Center and Disaster
Recovery Center
ITIA for Part A
Security policy of existing Applications ITIA for Part A
Security Policy of Office Infrastructure viz.
PCs, routers, switches, Network Connectivity
at user end
ITIA for Part B
Security related to meter data communication
from meter to data center
ITIA for Part B
36. The bidders shall furnish the details of their quality assurance plan and test set up
along with the bid. A detailed quality assurance program shall be finalized with the
successful bidder during the award stage. However, the Quality Assurance plan shall
conform to the following standards:
a. IS / ISO / IEC 27001 - ISMS
b. IT Security, IT Services (10 Standards) – All harmonized with ISO / IEC
c. LITD 16 – Standards on computer hardware
d. IS 13252 : 2003 / IEC 60950
37. Haryana DISCOMs will provide necessary authorization to appointed ITIAs for
obtaining either meter protocol or MIOS compliant APIs for meter data
communication and conversion to uniform MIOS protocol. ITIA will sign Non-
Disclosure Agreement with the utility as utility would sign with the meter
manufacturer.
38. Meter data captured through GPRS/CDMA Modem will be transmitted directly to
Data Centre.
39. Procuring, supply and installation of modems and SIMs for the AMR solution will be
under the scope of appointed ITIA for Part B of the project.
40. The Operating System on desktop machines will be latest version of Microsoft
Windows with free updates for the period of 4 years at no extra cost to DISCOMs.
There will be an enterprise wide license for Microsoft Windows for the total PCs
under this bid.
41. Both Appointed ITIA’s for Part A and Part B to set up individual Project Management
Offices at headquarters (Hissar, Panchkula), of both the DISCOMs and propose the
organizational structure for project execution and management with details of
personnel and their period of deployment and keep the Utilities updated. The
Curriculum Vitae of the proposed resource personnel should clearly indicate the
Page 19 of 193
position of the resource for this project as well as the proposed period of engagement
on this project. The relevant entries would be included in the format of the CV to be
submitted. The CV to be submitted shall duly have the signature of the authorized
representative of the bidder for verification of the details.
42. Both Appointed ITIAs for Part A and Part B shall give presentation to DISCOMs on
project initiation and periodically about the status of the project implementation on
monthly basis or as desired by the DISCOMs.
5.0. Instructions to Bidders
5.1. General
1. Scope of Bid 1.1 In support of the Invitation for Bids indicated in the Bid Data
Sheet (BDS), the Purchaser, as indicated in the BDS, issues
this Bidding Document for the supply of Goods and Related
Services incidental thereto as specified in the Scope of Work
at Section 9.0 and Appendix B (Technical Specifications).
The name, identification number and cost of bid document of
the International competitive Bidding (ICB) are provided in the
BDS.
2. Corrupt
Practices
2.1 Purchaser requires bidders to observe the highest standard
of ethics during the procurement and execution of such
contracts.
2.2 The following definitions apply:
o “Corrupt practice” means the offering, giving receiving, or
soliciting, directly or indirectly, of anything of value to
influence the action of any party in the procurement process
or the execution of a contract;
o “Fraudulent practice” means a misrepresentation or omission
of facts in order to influence a procurement process or the
execution of a contract;
o “collusive practices” means a scheme or arrangement
between two or more bidders, with or without the knowledge
of the Purchaser, designed to influence the action of any
party in a procurement process or the execution of a contract;
o “coercive practices” means harming or threatening to harm,
directly or indirectly, persons, or their property to influence
their participation in a procurement process, or affect the
execution of a contract;
o Purchaser will reject a proposal for the award of Contract if it
determines that the bidder recommended for award has,
directly or through an agent, engaged in corrupt, fraudulent,
collusive, or coercive practices in competing for the Contract
Page 20 of 193
o Purchaser will declare a firm ineligible, either indefinitely or
for a stated period of time, for awarding a any contract if it at
any time determines that the firm has engaged in corrupt of
fraudulent practices in competing for, or in executing, the
contract.
2.3 Any communication between the bidder and the purchaser
related to matters of alleged fraud or corruption must be made
in writing.
By signing the contract, the bidder shall represent that it is
either the owner of the Intellectual Property Rights (IPR) in
the hardware, software or materials offered, or that it has
proper authorization and/or license to offer them from the
owner of such rights. For the purpose of this clause, IPR shall
be defined in the GCC Clause 17. Willful misrepresentation
of these facts shall be considered a fraudulent practice
subject to the provisions of Clauses 2.1 to 2.2 above, without
prejudice to other remedies that the Purchaser may take.
Furthermore, Bidders shall also note the provision stated in
Sub-Clause 2 and Sub-Clause 33.1.a. (ii) of the General
Conditions of Contract.
3. Eligible
Bidders
3.1 Bidders empanelled as System Integrator (SI) under R-
APDRP shall be eligible to bid
(a) ITIA-SI shall have capability and ability to scale up the
existing RAPDRP infrastructure to Non-RAPDRP areas.
Any part of work being subcontracted by SI shall be
mentioned in the bid proposal with complete details of
sub-contractor.
(b) The SI (Lead member in case of a consortium for SI
Role) shall have the authority to conduct all businesses
for and on behalf of any and all the parties during the
bidding process and, in the event the SI is awarded the
Contract, during contract execution.
(c) The SI (Lead member in case of a consortium for SI
Role) shall be wholly responsible for execution of the
contract.
(d) In case of non-performance (slippage in milestones,
scope & quality of work, discipline, etc. as assessed by
utility) and/or bankruptcy of any of the subcontracted
ITIA roles, the SI (Lead member in case of a consortium
for SI Role) shall take necessary remedial action
through addition/change of subcontractor for the
concerned ITIA role. The addition/change of
subcontractor for concerned ITIA role shall be with
necessary prior approval of the utility and shall be at no
Page 21 of 193
additional cost to the project cost already quoted at the
time of bidding for the project. The addition/change of
subcontractor for concerned ITIA role shall only be from
the list of empanelled members for ITIA roles.
3.2 Bidder or the Lead Member in case of a Consortium shall not
have a conflict of interest with one or more parties in this bidding
process. Participation by Bidder(s) with a conflict of interest
situation will result in the disqualification of all Bids in which it is
involved. Purchaser considers a conflict of interest to be a
situation in which a party has interests that could improperly
influence that party’s performance of official duties or
responsibilities, contractual obligations, or compliance with
applicable laws and regulations, and that such conflict of
interest may contribute to or constitute a prohibited corrupt
practice. A Bidder may be considered to be in a conflict of
interest with one or more parties in this bidding process if,
including but not limited to:
(a) receive or have received any direct or indirect subsidy
from any of them; or
(b) have the same legal representative for purposes of this
Bid; or
(c) have a relationship with each other, directly or through
common third parties, that puts them in a position to
have access to information about or influence on the Bid
of another Bidder, or influence the decisions of the
Purchaser regarding this bidding process; or
(d) If the SI (single bidder or consortium) or any of its sub-
contractors is/are part of IT Consultant appointed by the
Nigam (DHBVN and UHBVN)
(e) if the SI or any of its sub-contractors get associated as
Consultant / Advisor / Third party independent
evaluating agency with any of the agencies taking part
in the bid process of Nigam. For any given project area,
the IT consultant and the IT implementation agency
cannot be the same. An IT Consultant and IT
implementation agency (SI and/or its subcontractors if
any) may be considered to be in a conflict of interest with
one or more parties in this process if they have
controlling shareholders in common;
(f) Participation by Bidder(s) with a conflict of interest
situation will result in the disqualification. Furthermore,
the Nodal Agency reserves the right to debar/bar
bidders from all other process of empanelment including
cancellation of existing panels under R-APDRP.
Page 22 of 193
Except SI, any of sub-contractor may provide sub-
contractual services to more than one bidder for the
same bid.
3.3 Bidders shall provide such evidence of their continued eligibility
satisfactory to the Purchaser, as the Purchaser shall
reasonably request.
4. Eligible
Goods and
Related
Services
4.1 For the purpose of this Clause, the term “Goods” includes
hardware, software, networking equipments and cables; and
“Related services” includes services such as insurance,
transportation, associated documentation, installation,
customization, integration, field survey, testing and
commissioning, training, technical support, maintenance, repair
and other necessary services to be provided by the selected
bidder and necessary for successful implementation of the
project as specified in the contract.
4.2 In case Bidder that does not manufacture or produce the Goods
it offers to supply shall submit the Manufacturer’s Authorization
using the form included in Section 8.0, Bidding Forms to
demonstrate that it has been duly authorized by the
manufacturer or producer of the Goods to supply these Goods.
5.2. Contents of Bidding Document
1. Sections of
the Bidding
Document
1.1 The Bidding Document consists of the sections as indicated
below and should be read in conjunction with any Addenda
issued in accordance with ITB section 5.2. Clause 3.
1.0. About Discoms ..................................................................4
2.0. About the Project ..............................................................6
3.0. Bid Schedule ...................................................................12
4.0. Bid Summary ..................................................................12
5.0. Instructions to Bidders.....................................................19
6.0. Bid Data Sheet ................................................................41
7.0. Eligibility Criteria .............................................................44
8.0. Bidding Forms .................................................................49
9.0. Scope of Work ................................................................58
10.0. General Conditions of Contract .......................................72
11.0. Special Conditions of Contract ........................................96
12. Appendices ........................................................................... 104
1.2 The Invitation for Bids issued by the Purchaser is a part of the
Bidding Document.
Page 23 of 193
1.3 The Purchaser is not responsible for the completeness of the
Bidding Document and its addenda, if they were not obtained
directly from the Purchaser.
1.4 The Bidder is expected to examine all instructions, forms,
terms, and specifications in the Bidding Document. Failure to
furnish all information or documentation required by the Bidding
Document may result in the rejection of the Bid.
2. Clarification
of Bidding
Document
2.1 A prospective Bidder requiring any clarification of the Bidding
Document shall contact the Purchaser in writing at the
Purchaser’s address indicated in the BDS. The Purchaser shall
forward copies of its response to all Bidders who have acquired
the Bidding Document directly from it, including a description of
the inquiry but without identifying its source. Should the
Purchaser deem it necessary to amend the Bidding Document
as a result of a clarification, it shall do so following the
procedure under section 5.2. ITB Clause 3 and section 5.4. ITB
Sub-Clause 2.2.
2.2 The Purchaser will organize a pre-bid conference at the time
and place indicated in BDS. The purpose of the conference will
be to clarify issues and answer queries that the bidders might
have. Bidders are requested to submit the queries in writing to
reach the purchaser not later than 5 days before the conference
in the format as given in Appendix G. Queries and responses
shall be communicated in accordance with section 5.2. ITB
Clause 2.1. Any modifications to the Bidding document listed in
section 5.2 ITB Clause 1 which may become necessary as a
result of pre-bid conference shall be made by the Purchaser
exclusively by issuing Addendum and not through the
clarifications of the pre-bid conference.
3. Amendment
of Bidding
Document
3.1 At any time prior to the deadline for submission of the Bids or
the award of the contract, the Purchaser may amend the
Bidding Document by issuing addenda.
3.2 The Purchaser, at its discretion for any reason whether at its
own initiative or in response to a clarification requested by a
bidder may add, modify or remove any element of the Goods
(including hardware, software, networking etc.) or any
component of Related Service entirely or any part thereof from
the bid document till the time of award of contract. All bidders
will be notified of any such change.
3.3 In order to provide prospective Bidders reasonable time in
which to take the amendment into account in preparing their
bids, the Purchaser may, at its discretion, extend the last date
for the receipt of Bids.
Page 24 of 193
3.4 Any addendum issued shall be part of the Bidding Document
and shall be communicated in writing to all who have obtained
the Bidding Document directly from the Purchaser.
3.5 To give prospective Bidders reasonable time in which to take
an addendum into account in preparing their Bids, the
Purchaser may, at its discretion, extend the deadline for the
submission of the Bids, pursuant to section 5.4. ITB Sub-
Clause 2.2.
5.3. Preparation of Bids
1. Cost of Bidding 1.1 The Bidder shall bear all costs associated with the
preparation and submission of its Bid, and the Purchaser
shall not be responsible or liable for those costs, regardless
of the conduct or outcome of the bidding process.
2. Language of
Bid
2.1 The Bid, as well as all correspondence and documents
relating to the Bid exchanged by the Bidder and the
Purchaser, shall be written in English. Supporting
documents and printed literature that are part of the Bid may
be in another language provided they are accompanied by
an accurate translation of the relevant passages in English,
in which case, for purposes of interpretation of the Bid, such
translation shall govern.
3. Documents
Comprising the
Bid
3.1 The Bid shall comprise two envelopes submitted
simultaneously and separately for both parts of the project
i.e. Part A and Part B, one containing the Technical Proposal
and the other the Price Proposal, enclosed together in an
outer single envelope.
3.2 Initially, only the Technical Proposals opened at the address,
date and time specified in section 5.4. ITB Sub-Clause 5.1.
The Price Proposals remain sealed and held in custody by
the Purchaser. The Technical Proposals shall be evaluated
by the Purchaser as per Evaluation Methodology mentioned
in Appendix-E. No amendments or changes to the Technical
Proposals are permitted. Bids with Technical Proposals
which do not conform to the mandatory requirements (as
specified in Appendix-A) will be termed as non-responsive
and will not be evaluated further.
3.3 Price Proposals of technically responsive Bids shall be
opened in public at the date and time to be advised by the
Purchaser. The Price Proposals shall be evaluated as per
Evaluation Methodology mentioned in Appendix-E.
Page 25 of 193
3.4 Contract shall be awarded to the Bidder whose Proposal
(Technical and Financial) obtains the maximum score
3.5 The Technical Proposal shall contain the following:
(a) Technical Proposal Submission Sheet;
(b) Bid Security, in accordance with section 5.3. ITB
Clause 12;
(c) Written confirmation authorizing the signatory of the
Bid to commit the Bidder, in accordance with section
5.3. ITB Clause 13;
(d) Documentary evidence in accordance with section
5.3. ITB Clause 8 establishing the Bidder’s eligibility
to bid;
(e) Documentary evidence in accordance with section
5.3. ITB Clauses 9 and section 5.5. clause 3, that the
Goods and Related Services conform to the Bidding
Document;
(f) Documentary evidence in accordance with section
5.3. ITB Clause 10 establishing the Bidder’s
qualifications to perform the contract if its Bid is
accepted; and
(g) any other document required in the BDS.
3.6 The Price Proposal shall contain the following:
(a) Price Proposal Submission Sheet and the applicable
Price Schedules, in accordance with section 5.3. ITB
Clauses 4, 6, and 7;
(b) any other document required in the BDS.
4. Bid Submission
Sheets and
Price Schedules
4.1 The Bidder shall submit the Technical Proposal and the
Price Proposal using the appropriate Submission Sheets
provided in Section 8.0, Bidding Forms and Supplier
response format, Appendix D. These forms must be
completed without any alterations to their format, and no
substitutes shall be accepted. All blank spaces shall be filled
in with the information requested.
4.2 The Bidder shall submit, as part of the Price Proposal, the
Price Schedules for Goods and Related Services, using the
forms furnished in Section 8.0, Bidding Forms and Supplier
response format, Appendix D.
4.3 The Bidders should take note of following points while
submitting the Price Proposal:-
Page 26 of 193
(a) Price Proposal should clearly indicate the price to be
charged without any qualifications whatsoever and
should include all taxes (sales, service, etc.), duties
(excise & customs, etc), fees, levies, works contract tax,
Entry tax and other charges as may be applicable, to be
paid pre- or post-delivery or to be deducted by the
purchaser at source, in relation to the Goods and Related
Services. Such taxes, duties, cess, charges etc, if not
explicitly mentioned in the Price bid tables in Appendix
D.3, but applicable under law, should be included in the
Quote under “Any other levies” column.
(b) The Purchaser will provide Central sales tax Form C,
whenever applicable.
(c) The Bidder will provide Tax rates assumed for the
calculation at the time of proposal for each item in notes
to respective table in Appendix D.3.
(d) Please refer to GCC Clause [13.2] and the SCC for Price
adjustments due to change in Tax rates (including local
taxes), duties, levies, cess, charges etc.
5. Alternative Bids 5.1 Alternative (alternate technology /architecture /design
/functionality or proposals with multiple options) bids shall
be rejected.
6. Bid Prices and
Discounts
6.1 The prices quoted by the Bidder in the Price Proposal
Submission Sheet and in the Price Proposal shall conform
to the requirements specified below.
6.2 All items in the mentioned in Section 9.0., Scope of Work
and Appendix B (Technical Specification) must be listed and
priced separately in the Price Schedules. If an item listed in
Price Schedule is not priced, their prices shall be assumed
to be included by the bidder in the prices of other items.
6.3 If an item is not listed in the Price Schedule, it shall be
assumed not to be included in the Bid. In such event, if the
bid is otherwise substantially responsive, Bid Price shall be
adjusted during evaluation of Price Proposals, for
comparison purposes only, to reflect the price of the missing
or non-conforming item or component. The price of the
missing or non-conforming item or component for this
purpose shall be the highest of the prices quoted by the
other bidders for such missing item or component.
6.4 The terms EXW, CIF, CIP, and other similar terms shall be
governed by the rules prescribed in the current edition of
Incoterms, published by The International Chamber of
Page 27 of 193
Commerce, at the date of the Invitation for Bids or as
specified in the BDS.
6.5 Prices quoted by the Bidder must be firm and final and shall
remain constant throughout the period of the contract and
shall not be subject to any upward modifications, except as
specified in the GCC Clause 14.2
6.6 The bidders are advised not to indicate any separate
discount. Discount, if any, should be merged with the quoted
prices. Discount of any type, indicated separately, will not be
taken into account for evaluation purpose. However, in the
event of such an offer, without considering the separate
discount, is found to be the lowest, the Purchaser shall avail
such discount at the time of award of contract.
7. Currencies of
Bid
7.1 Bidders may express their bid price in Indian Rupees only.
8. Documents
Establishing the
Eligibility of the
Bidder
8.1 To establish their eligibility in accordance with section 5.1.
ITB Clause 3, Bidders shall:
(a) complete the eligibility declarations in the Bid
Submission Sheet, included in Section 8.0., Bidding
Forms
9. Documents
Establishing the
Conformity of
the Goods and
Related
Services to the
Bidding
Document
9.1 To establish the conformity of the Goods and Related
Services to the Bidding Document, the Bidder shall furnish
as part of its Technical Proposal the documentary evidence
against Goods and related Services described in Appendix
B (Technical Specifications) and Section 9.0. Scope of
Work.
9.2 The documentary evidence may be in the form of literature,
drawings or data, and shall consist of a detailed description
of the essential technical and performance characteristics of
the Goods and Related Services, demonstrating substantial
responsiveness of the Goods and Related Services to those
requirements, and if applicable, a statement of deviations
and exceptions to the provisions of Appendix D;
9.3 Standards for workmanship, process, material, and
equipment, as well as references to brand names or
catalogue numbers specified by the Purchaser in the Scope
of Work, are intended to be descriptive only and not
restrictive. The Bidder may offer other standards of quality,
brand names, and/or catalogue numbers, provided that it
demonstrates, to the Purchaser’s satisfaction, that the
substitutions ensure substantial equivalence or are superior
to those specified in the Scope of Work.
Page 28 of 193
10. Documents
Establishing the
Qualification of
the Bidder
10.1 To establish its qualifications to perform the Contract, the
Bidder shall submit as part of its Technical Proposal the
evidence indicated for each qualification criteria specified in
Section 7.0., Eligibility Criteria. However, only those bidders
which have been empanelled for RAPDRP shall be eligible
to bid.
11. Period of
Validity of Bids
11.1 Bids shall remain valid for the period of 120 days after the
bid submission deadline date prescribed by the Purchaser.
A Bid valid for a shorter period shall be rejected by the
Purchaser as non-responsive.
11.2 In exceptional circumstances, prior to the expiration of the
bid validity period, the Purchaser may request Bidders to
extend the period of validity of their Bids. The request and
the responses shall be made in writing. The Bid Security
furnished in accordance with section 5.3. ITB Clause 12, it
shall also be extended for a corresponding period. A Bidder
may refuse the request without forfeiting its Bid Security. A
Bidder granting the request shall not be required or
permitted to modify its Bid.
12. Bid Security 12.1 The Bidder shall furnish as part of its Technical Proposal, a
Bid Security in original form and in the amount and currency
specified in the BDS.
12.2 The Bid Security shall be in the form of a bank guarantee
from a Scheduled bank as notified by Reserve Bank of India.
In case of a bank guarantee, the Bid Security shall be
submitted using the Bid Security Form included in the
Bidding Forms at Section 8.0. The form must include the
complete name of the Bidder. The Bid Security shall be valid
for sixty (60) days beyond the end of the validity period of
the bid. This shall also apply if the period for bid validity is
extended.
12.3 Any Bid not accompanied by a substantially responsive Bid
Security in accordance with section 5.3. ITB Sub-Clause
12.2 shall be rejected by the Purchaser as non-responsive.
12.4 The Bid Security of unsuccessful Bidders shall be returned
as promptly as possible upon the signing of the Contract with
the successful Bidder pursuant to section 5.6 ITB Clause 4
and 5.
12.5 The Bid Security of the successful Bidder shall be returned
as promptly as possible once the successful Bidder has
furnished the required Performance Security and signed the
Contract.
12.6 The Bid Security may be forfeited:
Page 29 of 193
(a) if a Bidder withdraws its Bid during the period of bid
validity as specified in section 5.3 ITB Clause 11.1
and 11.2, except as provided in section 5.3 ITB
Clause 12 or section 5.4. clause 4 ; or
(b) if the successful Bidder fails to :
o sign the Contract in accordance with section 5.6 ITB
Clause 4; or
o Furnish a Performance Security in accordance with
section 5.6. ITB Clause 5; or
o Accept the correction of its Bid Price pursuant to section
5.5. ITB Clause 5
o If the bidder is found to have submitted false particulars /
fake documents; or
o If the IT Implementation Agency (SI and its sub-
contractors) refuses to execute the job at his agreed
scope/quoted rates, after the purchaser issues the letter of
intent (LoI)
o Incidents of manipulation of rates by cartelization.
12.7 The Bid Security must be in the name of the system
integrator (Lead Member in case of consortium for system
integrator role)
13. Format and
Signing of Bid
13.1 The Bidder shall prepare one original of the Technical
Proposal and one original of the Price Proposal for both
parts of the project i.e. Part A and Part B as described in
section 5.3. ITB Clause 3 and clearly mark each “ORIGINAL
- TECHNICAL PROPOSAL PART A”, “ORIGINAL -
TECHNICAL PROPOSAL PART B”, “ORIGINAL - PRICE
PROPOSAL PART A” and “ORIGINAL - PRICE PROPOSAL
PART B”. In addition, the Bidder shall submit 4 (Four) copies
of the Technical Proposal and the Price Proposal, and
clearly mark them “COPY NO… - TECHNICAL PROPOSAL
PART A”, COPY NO… - TECHNICAL PROPOSAL PART
B”, “COPY NO…. - PRICE PROPOSAL PART A” and
“COPY NO…. - PRICE PROPOSAL PART B”. In the event
of any discrepancy between the original and the copies, the
original shall prevail.
All the bids should have numbered pages format (1 of n, 2
of n…where n =number of pages) with spiral binding.
13.2 The original and all copies of the Bid shall be typed or written
in indelible ink and shall be signed by a person duly
authorized to sign on behalf of the Bidder. This authorization
shall consist of a written confirmation as specified in the BDS
and shall be attached to the Bid. The name and position held
by each person signing the authorization must be typed or
printed below the signature. All pages of the Bid, except for
Page 30 of 193
un-amended printed literature, shall be signed or initialled by
the person signing the Bid. Response Formats duly filled
along with supporting documents shall be page numbered
and stitched, book bound as one volume. Each page of the
bid (along with the supporting documents including CVs)
should be signed by the authorised signatory. Spiral/Spico
bound documents with end sealed may also be accepted.
The documents submitted in any other way is liable to be
rejected.
13.3 Any interlineations, erasures, or overwriting shall be valid
only if they are signed or initialled by the person signing the
Bid.
5.4. Submission and Opening of Bids
1. Sealing and
Marking of
Bids
1.1 The Bidder shall enclose the original of the Technical
Proposal, the original of the Price Proposal, and each copy of
the Technical Proposal and each copy of the Price Proposal,
, in separate sealed envelopes, duly marking the envelopes
as “ORIGINAL - TECHNICAL PROPOSAL PART A”,
“ORIGINAL - TECHNICAL PROPOSAL PART B”, “ORIGINAL
- PRICE PROPOSAL PART A” and “ORIGINAL - PRICE
PROPOSAL PART B” and “COPY NO… - TECHNICAL
PROPOSAL PART A”, COPY NO… - TECHNICAL
PROPOSAL PART B”, “COPY NO…. - PRICE PROPOSAL
PART A” and “COPY NO…. - PRICE PROPOSAL PART B”,
as appropriate. These envelopes containing the original and
the copies shall then be enclosed in one single envelope.
1.2 The inner and outer envelopes shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Purchaser in accordance with
section 5.4. ITB Sub-Clause 2.1; and
(c) bear the specific identification of this bidding process
indicated in the BDS.
1.3 The outer envelopes and the inner envelopes containing the
Technical Proposals shall bear a warning not to open before
the time and date for the opening of Technical Proposals, in
accordance with section 5.4. ITB Sub-Clause 5.1.
1.4 The inner envelopes containing the Price Proposals shall bear
a warning not to open until advised by the Purchaser in
accordance with section 5.4. ITB Sub-Clause 5.2.
Page 31 of 193
1.5 If all envelopes are not sealed and marked as required, the
Purchaser will assume no responsibility for the misplacement
or premature opening and resultant disqualification of the bid.
2. Deadline for
Submission
of Bids
2.1 Bids must be received by the Purchaser no later than the date
and time, and at the address indicated in the BDS.
2.2 The Purchaser may, at its discretion, extend the deadline for
the submission of Bids by amending the Bidding Document in
accordance with section 5.2. ITB Clause 3, in which case all
rights and obligations of the Purchaser and Bidders previously
subject to the deadline shall thereafter be subject to the
deadline as extended.
3. Late Bids 3.1 The Purchaser shall not consider any Bid that arrives after the
deadline for submission of Bids, in accordance with section
5.4. ITB Clause 2. Any Bid received by the Purchaser after the
deadline for submission of Bids shall be declared late,
rejected, and returned unopened to the Bidder.
4. Withdrawal,
Substitution,
and
Modification
of Bids
4.1 A Bidder may withdraw, substitute, or modify its Bid after it has
been submitted by sending a written Notice, duly signed by an
authorized representative, and shall include a copy of the
authorization in accordance with section 5.3. ITB Sub-Clause
13.2. The corresponding substitution or modification of the bid
must accompany the respective written notice. All Notices
must be:
(a) Submitted in accordance with section 5.3. ITB Clauses
13 and section 5.4. clause 1 (except that Withdrawal
Notices do not require copies), and in addition, the
respective inner and outer envelopes shall be clearly
marked “Withdrawal,” “Substitution,” “Modification”;
and
(b) Received by the Purchaser prior to the deadline
prescribed for submission of bids, in accordance with
section 5.4. ITB Clause 2.
4.2 Bids requested to be withdrawn in accordance with section
5.4. ITB Sub-Clause 4.1 shall be returned unopened to the
Bidders.
4.3 No Bid shall be withdrawn, substituted, or modified in the
interval between the deadline for submission of bids and the
expiration of the period of bid validity specified in section 5.3.
ITB Clause 11.1 or any extension thereof.
5. Bid Opening 5.1 The Purchaser shall conduct the opening of Technical
Proposals in the presence of Bidders’ representatives who
Page 32 of 193
choose to attend, at the address, date and time specified in
the BDS.
5.2 The Price Proposals will remain unopened and will be held in
custody of the Purchaser until the time of opening of the Price
Proposals. The Purchaser shall advise the responsive bidders
in writing about the date, time, and location of the opening of
Price Proposals.
5.3 First, envelopes marked “WITHDRAWAL” shall be opened,
read out, and recorded, and the envelope containing the
corresponding Bid shall not be opened, but returned to the
Bidder. No Bid shall be withdrawn unless the corresponding
Withdrawal Notice contains a valid authorization to request
the withdrawal and is read out and recorded at bid opening.
5.4 Next, outer envelopes marked “SUBSTITUTION” shall be
opened. The inner envelopes containing the Substitution
Technical Proposal and/or Substitution Price Proposal shall
be exchanged for the corresponding envelopes being
substituted, which are to be returned to the Bidder unopened.
Only the Substitution Technical Proposal, if any, shall be
opened, read out, and recorded. Substitution Price Proposals
will remain unopened in accordance with section 5.4. ITB Sub-
Clause 5.2. No envelope shall be substituted unless the
corresponding Substitution Notice contains a valid
authorization to request the substitution and is read out and
recorded at bid opening.
5.5 Next, outer envelopes marked “MODIFICATION” shall be
opened. No Technical Proposal and/or Price Proposal shall
be modified unless the corresponding Modification Notice
contains a valid authorization to request the modification and
is read out and recorded at the opening of Technical
Proposals. Only the Technical Proposals, both Original as
well as Modification, are to be opened, read out, and recorded
at the opening. Price Proposals, both Original as well as
Modification, will remain unopened in accordance with section
5.4. ITB Sub-Clause 5.2.
5.6 All other envelopes holding the Technical Proposals shall be
opened one at a time, and the following read out and recorded
:
(a) the name of the Bidder;
(b) whether there is a modification or substitution;
(c) the presence of a Bid Security, if required; and
(d) any other details as the Purchaser may consider
appropriate.
Page 33 of 193
Only Technical Proposals read out and recorded at bid
opening shall be considered for evaluation. No Bid shall be
rejected at the opening of Technical Proposals except for
late bids in accordance with section 5.4. ITB Sub-Clause
3.1.
5.7 The Purchaser shall prepare a record of the opening of
Technical Proposals that shall include, as a minimum: the
name of the Bidder and whether there is a withdrawal,
substitution, modification; and the presence or absence of a
Bid Security. The Bidders’ representatives who are present
shall be requested to sign the record. The omission of a
Bidder’s signature on the record shall not invalidate the
contents and effect of the record. A copy of the record shall
be distributed to all Bidders.
5.8 On the basis of the evaluation of the Technical Proposals, the
Purchaser will invite bidders who have submitted responsive
Technical Proposals to attend the opening of the Price
Proposals. The date, time, and location of the opening of Price
Proposals will be advised in writing by the Purchaser. Bidders
shall be given reasonable notice of the opening of Price
Proposals.
5.9 The Purchaser will notify Bidders in writing that have been
rejected on the grounds of being non-responsive to the
requirements of the Bidding Document and return their Price
Proposals unopened, before the opening of the price
proposal.
5.10 The Purchaser shall conduct the opening of Price Proposals
of all Bidders who submitted responsive Technical Proposals,
in the presence of Bidders` representatives who choose to
attend at the address, date and time specified by the
Purchaser. The Bidder’s representatives who are present
shall be requested to sign a register evidencing their
attendance.
5.11 All envelopes containing Price Proposals shall be opened one
at a time and the following read out and recorded:
(a) the name of the Bidder
(b) whether there is a modification or substitution;
(c) the Bid Prices,; and
(d) any other details as the Purchaser may consider
appropriate.
Page 34 of 193
Only Price Proposals, read out and recorded during the
opening of Price Proposals shall be considered for evaluation.
No Bid shall be rejected at the opening of Price Proposals.
5.12 The Purchaser shall prepare a record of the opening of Price
Proposals that shall include, as a minimum: the name of the
Bidder, the Bid Price. The Bidders’ representatives who are
present shall be requested to sign the record. The omission of
a Bidder’s signature on the record shall not invalidate the
contents and effect of the record. A copy of the record shall
be distributed to all Bidders.
5.5. Evaluation and Comparison of Bids
1. Confidentiality 1.1 Information relating to the examination, evaluation,
comparison and recommendation of contract award, shall
not be disclosed to Bidders or any other persons not officially
concerned with such process.
1.2 Any attempt by a Bidder to influence the Purchaser in the
examination, evaluation, comparison, and post qualification
of the Bids or Contract award decisions may result in the
rejection of its Bid.
1.3 Notwithstanding section 5.5 ITB Sub-Clause 1.2, from the
time of opening the Technical Proposals to the time of
Contract award, if any Bidder wishes to contact the
Purchaser on any matter related to the bidding process, it
should do so in writing. If the bidder or any of his
subcontractors/consortium members meet the Purchaser’s
personnel, it will be considered as “coercive practices”, and
may result in rejection of the bid.
2. Clarification of
Bids
2.1 To assist in the examination, evaluation, comparison and
post-qualification of the Bids, the Purchaser may, at its
discretion, ask any Bidder for a clarification of its Bid. Any
clarification submitted by a Bidder that is not in response to
a request by the Purchaser shall not be considered. The
Purchaser’s request for clarification and the response shall
be in writing. No change in the prices or substance of the Bid
shall be sought, offered, or permitted, except to confirm the
correction of arithmetic errors discovered by the Purchaser
in the evaluation of the Price Proposals, in accordance with
section 5.5. ITB Clause 4.
Page 35 of 193
3. Responsivene
ss of
Technical
Proposal
3.1 The Purchaser’s determination of the responsiveness of a
Technical Proposal is to be based on the contents of the
Technical Proposal itself.
3.2 A responsive Technical Proposal is one that conforms to all
the mandatory requirements, terms, conditions, and
specifications of the Bidding Document without material
deviation, reservation, or omission. A material deviation,
reservation, or omission is one that:
(a) does not meet all the mandatory requirements (as
specified in Appendix-A)
(b) affects the scope, quality, or performance of the
Goods and Related Services specified in the
Contract; or
(c) limits or is inconsistent with the Bidding Document,
the Purchaser’s rights or the Bidder’s obligations
under the Contract; or
(d) if rectified would unfairly affect the competitive
position of other Bidders presenting responsive
Technical Proposals.
3.3 If a Technical Proposal is not responsive to the Bidding
Document, it shall be rejected by the Purchaser and shall not
subsequently be made responsive by the Bidder by
correction of the material deviation, reservation, or omission.
4. Non
conformities,
Errors, and
Omissions
4.1 Provided that a Technical Proposal is responsive, the
Purchaser may waive any non-conformity or omission in the
Bid that does not constitute a material deviation.
4.2 Provided that a Technical Proposal is responsive, the
Purchaser may request that the Bidder should submit the
necessary information or documentation, within a
reasonable period of time, to rectify nonmaterial,
nonconformities or omissions in the Technical Proposal
related to documentation requirements. Such omission shall
not be related to any aspect of the Price Proposal of the Bid.
Failure of the Bidder to comply with the request may result
in the rejection of its Bid.
4.3 Provided that a Technical Proposal is responsive, the
Purchaser will rectify nonmaterial nonconformities or
omissions. To this effect, the Bid Price shall be adjusted
during evaluation of Price Proposals, for comparison
purposes only, to reflect the price of the missing or non-
conforming item or component. The adjustment shall be
Page 36 of 193
made using the method indicated in Section 13.2 of Section
10.0. - GCC.
4.4 Provided that the Technical Proposal is responsive, the
Purchaser will correct arithmetical errors during evaluation
of Price Proposals on the following basis:
(a) if there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit
price and quantity, the unit price shall prevail and the
total price shall be corrected, unless in the opinion of
the Purchaser there is an obvious misplacement of
the decimal point in the unit price, in which case the
total price as quoted shall govern and the unit price
shall be corrected;
(b) if there is an error in a total corresponding to the
addition or subtraction of subtotals, the subtotals
shall prevail and the total shall be corrected; and
(c) if there is a discrepancy between words and figures,
the amount in words shall prevail. However, where
the amount expressed in words is related to an
arithmetic error, the amount in figures shall prevail
subject to (a) and (b) above.
(d) if there is a discrepancy between percentage and
figures related to various taxes or levies, the
percentage shall prevail over figure mentioned.
However, where the amount expressed in
percentage is related to an arithmetic error, the
amount in figures shall prevail subject to (a) and (b)
above. It should also be noted that at time of payment
against, the prevailing tax/levy rates will be used as
on the date of approval of payment.
(e) Except as provided in sub-clauses (a) to (c) herein
above, the Purchaser shall reject the Price Proposal
if the same contains any other computational or
arithmetic discrepancy or error.
4.5 If the Bidder that submitted the lowest evaluated Bid does
not accept the correction of errors, its Bid shall be
disqualified and its Bid Security shall be forfeited.
5. Preliminary
Examination
of Bids
5.1 The Purchaser shall examine the Technical Proposal to
confirm that all documents and technical documentation
requested in section 5.3. ITB Sub-Clause 3.5 have been
provided, and to determine the completeness of each
document submitted.
Page 37 of 193
5.2 The Purchaser shall confirm that the following documents
and information have been provided in the Technical
Proposal. If any of these documents or information is
missing, the offer shall be rejected.
(a) Technical Proposal Submission Sheet in accordance
with section 5.3. ITB Sub-Clause 4.1;
(b) written confirmation of authorization to commit the
Bidder;
(c) Bid Security; and
(d) Manufacturer’s Authorization, where applicable.
5.3 Likewise, following the opening of Price Proposals, the
Purchaser shall examine the Price Proposals to confirm that
all documents and financial documentation requested in
section 5.3. ITB Sub-Clause 3.6 have been provided, and to
determine the completeness of each document submitted.
5.4 The Purchaser shall confirm that the following documents
and information have been provided in the Price Proposal.
If any of these documents or information is missing, the offer
shall be rejected.
(a) Price Proposal Submission Sheet in accordance with
section 5.3. ITB Sub-Clause 4.1; and
(b) Price Schedules, in accordance with section 5.3. ITB
Clauses 4, 6, and 7.
6. Examination
of Terms and
Conditions;
Technical
Evaluation
6.1 The Purchaser shall examine the Bids to confirm that all
terms and conditions specified in the GCC and the SCC
have been accepted by the Bidder without any material
deviation or reservation.
6.2 The Purchaser shall evaluate the technical aspects of the
Bid submitted in accordance with section 5.3. ITB Clause 10,
to confirm that all requirements specified in the Scope of
Work at Section 9.0. and Appendix B, Technical
Specification., of the Bidding Document have been met
without any material deviation or reservation.
6.3 If, after the examination of the terms and conditions and the
technical evaluation, the Purchaser determines that the
Technical Proposal is not responsive in accordance with
section 5.5. ITB Clause 4, it shall reject the Bid.
7. Margin of
Preference
7.1 No margin of preference shall apply.
Page 38 of 193
8. Evaluation of
Bids
8.1 The Purchaser shall evaluate Price Proposals of each Bid
for which the Technical Proposal has been determined to be
responsive.
8.2 To evaluate a Price Proposal, the Purchaser shall only use
all the criteria and methodologies defined in this Clause and
in Section 7.0., Eligibility Criteria and evaluation
methodology in Appendix-E. No other criteria or
methodology shall be permitted.
8.3 To evaluate a Price Proposal, the Purchaser shall consider
the following:
(a) The Bid Price quoted in Price Proposal Submission
Sheet i.e. inclusive of all duties, levies and taxes.
(b) Price adjustment in accordance with section 5.3.
Clause 6.3 of ITB for missing or non-conforming
item(s) or component(s).
(c) Price adjustment for correction of arithmetic errors in
accordance with section 5.5. ITB Sub-Clause 4.4;
8.4 For comparison of the combined Technical and Price Score
of all responsive bidders, following formula shall be used
(a) Total Score = (Technical Score x 0.50) + (LP/FPx100) x
0.50. Where LP is the lowest price offer and FP is the
price offer of the firm being evaluated
(b) Contracts shall be awarded only to the bidder with the
highest evaluated Total Score
9. Comparison of
Bids
9.1 The Purchaser shall compare all responsive bids to
determine the bid with the maximum score, in accordance
with section 5.5 ITB Clause 8.
10. Post-
qualification
of the Bidder
10.1 The Purchaser shall determine to its satisfaction during the
evaluation of Technical Proposals whether Bidders are
qualified to perform the Contract satisfactorily.
10.2 The determination shall be based upon an examination of
the documentary evidence of the Bidder’s qualifications
submitted by the Bidder, pursuant to section 5.3. ITB Clause
10 and to clarifications in accordance with section 5.5. ITB
Clause 2. The eligible bidder or lead bidder in case of
consortium shall only be as empanelled as R-APDRP ITIA-
SI thereby meeting qualifying requirements as mentioned in
Eligibility Criteria (Section 7.0.).
10.3 An affirmative determination in accordance with this clause
shall be a prerequisite for the opening and evaluation of a
Bidder’s Price Proposal. A negative determination shall
Page 39 of 193
result into the disqualification of the Bid, in which event the
Purchaser shall return the unopened Price Proposal to the
Bidder.
11. Purchaser’s
Right to
Accept Any
Bid, and to
Reject Any or
All Bids
11.1 The Purchaser reserves the right to accept or reject any Bid,
and to annul the bidding process and reject all Bids at any
time prior to Contract award, without thereby incurring any
liability to the Bidders.
5.6. Award of Contract
1. Award
Criteria
1.1 The Purchaser shall award the Contract to the Bidder whose
offer has been awarded the maximum score and is responsive
to the Bidding Document, provided that such Bidder continues
to remain empanelled as per the list (along with any updation
/modifications from time to time) released by the Nodal
Agency.
2. Purchaser’s
Right to Vary
Quantities at
Time of
Award
2.1 At the time the Contract is awarded, the quantity of Goods and
Related Services for a project area shall not be modified.
However purchaser reserves the right to increase or decrease
the quantity of material under the contract subject to the limit
of 30% of the existing quantity of material covered under the
contract, without any change in the unit prices or other terms
and conditions of the Bid and the Bidding Document.
3. Notification
of Award
3.1 Prior to the expiration of the period of bid validity, the
Purchaser shall notify the successful Bidder, in writing, that its
Bid has been accepted.
3.2 Until a formal Contract is prepared and executed, the
notification of award shall constitute a binding Contract.
4. Signing of
Contract
4.1 Promptly after notification, the Purchaser shall send to the
successful Bidder the Agreement, a copy of SLA and the
General and Special Conditions of Contract.
4.2 Within fourteen (14) days of receipt of the Agreement, the
successful Bidder shall sign, date, and return it to the
Purchaser.
4.3 The successful Bidder shall provide an undertaking that the
key staff identified for the project (as submitted in its bid
proposal) shall be available for the respective proposed work
requirement, anytime during the duration of the project, till its
Page 40 of 193
successful completion. The same is intended to be published
by the Utility on their website for the information of other
utilities who intend to appoint ITIA, for avoiding any in
resource deployment
5. Performance
Security
5.1 Within fourteen (14) days of the receipt of notification of award
from the Purchaser, the successful Bidder shall furnish the
Performance Security (Equal to ten percent of the total
Contract Price) in accordance with the GCC, using for that
purpose the Performance Security Form included in Section
12.2, Appendices.
5.2 Failure of the successful Bidder to submit the above-
mentioned Performance Security or sign the Contract shall
constitute sufficient grounds for the annulment of the award
and forfeiture of the Bid Security. In that event the Purchaser
may award the Contract to the next successful Bidder whose
offer is responsive and is determined by the Purchaser to be
qualified to perform the Contract satisfactorily.
6. Local
Conditions
It will be imperative on each bidder to fully inform himself of
all local conditions and factors which may have any effect on
the execution of the works covered under these documents
and specifications. The purchaser shall not entertain any
request for clarifications from the bidders, regarding such
local conditions. It must be understood and agreed that such
factors have properly been investigated and considered while
submitting the proposals. No claim for financial adjustment to
the contract awarded under these specifications and
documents will be entertained by the purchaser. Neither any
change in the time schedule of the contract nor any financial
adjustments arising thereof shall be permitted by the
purchaser, which are based on the lack of such clear
information or its effect on cost of the works to the bidder.
5.7. Interpretation
1. Interpretati
on of the
SRS and
the RFP
document
1.1 This Bid Document, inclusive of the SRS document, Schedules,
annexure(s), the statements, exhibits and sections, if any,
comprises the whole and complete Document
1.2 This RFP document should be read in consonance with the
SRS document. In the RFP document references to the SRS
have been provided. In case there is no reference relating to a
particular clause(s) of the SRS, it should be deemed as the said
reference has been provided. The bidder is required to read
both the documents and would be deemed to be in knowledge
Page 41 of 193
of the provisions of both the SRS and the RFP document. No
claim of any nature whatsoever shall be entertained in this
regard.
1.3 In case of any conflict with any provision relating to the SRS
document and the RFP document, the provisions of the RFP
document shall prevail for all intents and purposes
6.0. Bid Data Sheet
A. Introduction
Section 5.1. ITB
sub clause 1.1
The number of the Invitation for Bids is : TER-03/RAPDRP/2014
Section 5.1. ITB
sub clause 1.1
Cost of Bid Document is : 10,000 INR
Section 5.1. ITB
sub clause 1.1
The Purchaser is:
The Chief Engineer / RAPDRP,
Dakshin Haryana Bijli Vitran Nigam Limited,
Vidyut Sadan, Vidyut Nagar, Hissar-125005 Haryana
Email : [email protected]
Phone:01662-223194; Fax:01662-222126
Section 5.1. ITB
sub clause 1.1
The name of the ICB is: Scaling up of IT infrastructure installed
under R-APDRP to whole DHBVN and UHBVN
The identification number of the ICB is: TER-03/RAPDRP/2014
B. Bidding Document
Section 5.2. ITB
sub clause 2.1
For clarification purposes only, the Purchaser’s address is:
The Chief Engineer / RAPDRP,
Dakshin Haryana Bijli Vitran Nigam Limited,
Vidyut Sadan, Vidyut Nagar, Hissar-125005 Haryana
Email : [email protected]
Phone:01662-223194; Fax:01662-222126
Section 5.2. ITB
sub clause 2.2
Details of Pre-Bid conference:
Date: 11-Sep-2014
Venue: Conference Room, Vidyut Sadan, Vidyut Nagar, Hissar-
125005 Haryana
Time: 11:00 AM
Page 42 of 193
C. Preparation of Bids
Section 5.3 ITB
sub clause 2.1
The language of the Bid is: English
Section 5.3 ITB
sub clause 3.5
(g)
The Bidder shall submit with its Technical Proposal the following
additional documents:
Refer to Appendix D.2
Section 5.3 ITB
sub clause 3.6
(b)
The Bidder shall submit with its Price Proposal the following
additional documents:
Refer to Appendix D.3
Section 5.3 ITB
sub clause 5.1
Alternative Bids shall not be permitted.
Section 5.3 ITB
sub clause 6.4
The Incoterms edition is: Year 2000
Section 5.3 ITB
sub clause 6.5
The prices quoted by the Bidder shall be: Firm (subject to Section
10.0. GCC 13.2)
Section 5.3 ITB
clause 7
Bidders may express their bid price in INR. Wherever reference to
“Rupees” or “Rs.” as currency has been made, the same should be
taken as “Indian Rupees”.
Section 5.3 ITB
sub clause 11.1
The bid validity period shall be 90 days after the bid submission
deadline date prescribed by the Purchaser.
Section 5.3 ITB
sub clause 12.1
The Bid Security shall be required and the amount required to be
furnished in Indian Rupee is indicated hereunder
Bid Identification No: TER-03/RAPDRP/2014
Particular: In the form of Bank Guarantee and payable to
“Dakshin Haryana Bijli Vitran Nigam Limited”
Bid Security (INR): Five Crores (5 Crores) In the form of Bank
Guarantee
D. Submission and Opening of Bids
Section 5.3 ITB
sub clause 13.1
In addition to the original of the Bid, the number of copies is: FOUR
Section 5.3 ITB
sub clause 13.2
The written confirmation of Authorization to sign on behalf of the
Bidder shall consist of:
Page 43 of 193
Notarized Power of Attorney: - If the bidder is from a country where
this practice is not used then a similar legal instrument of
authorization as applicable under the home country laws of bidder
must be provided.
Section 5.4. ITB
sub clause 1.2
(c)
The identification of this bidding process is:
The identification of this bidding process is: Single stage Two
envelope
The name of ICB: Scaling up of IT infrastructure installed under
R-APDRP to whole DHBVN and UHBVN
Bid Identification
No Particulars
The bid identification No. shall be mentioned by the Bidder
prominently on the top of envelope for the lots in the following
manner :
(a) Bidding process for the bid is : “Single stage Two envelope”
(b) Bid identification No. TER-03/RAPDRP/2014
Section 5.4. ITB
sub clause 2.1
For bid submission purposes only, the Purchaser’s address is :
The Chief Engineer / RAPDRP,
Dakshin Haryana Bijli Vitran Nigam Limited,
Vidyut Sadan, Vidyut Nagar, Hissar-125005 Haryana
Section 5.4. ITB
sub clause 2.1
The deadline for bid submission is:
Date: 7-Oct-2014
Time: up to 1 PM
Wherever reference to “Time” has been made, the same shall be
taken as Indian Standard Time. If time is mentioned in “P.M”, the
same shall be converted into Hours by adding 12 Hours e.g. 2 P.M
equal to 2 + 12 i.e. “14.00 Hours IST”
Page 44 of 193
Section 5.4. sub
clause 5.1
The bid opening shall take place at:
O/o Chief Engineer/RAPDRP, DHBVN, Vidyut Sadan, Vidyut
Nagar, Hisar
Date: 7-Oct-2014
Time: at 3 PM
E. Evaluation, and Comparison of Bids
Section 5.5. ITB
sub clause 7.1
A margin of preference shall not apply.
Section 5.5. ITB
clause 9
The currency that shall be used for bid evaluation and comparison
purposes to convert all bid prices expressed in various currencies
into a single currency is: Indian Rupees.
F. Award of Contract
Section 5.6. ITB
sub clause 2.1
The percentage by which quantity of material may be increased is:
30 percent of the estimated quantity of material.
The percentage by which quantity of material may be decreased is:
30 percent of the estimated quantity of material.
Section 5.6. ITB
sub clause 5.1
If the successful bidder fails to furnish the required Performance
Security within 14 days of the receipt of notification of award, the
Purchaser reserves the right to terminate the award by forfeiting Bid
Security without any notice.
Section 5.6. ITB
sub clause 5.2
If the successful bidder fails to sign the Contract Agreement within
14 days from the date the successful bidder’s receipt of the Contract
Agreement, the Purchaser reserves the right to terminate the award
by forfeiting Bid Security without any notice.
7.0. Eligibility Criteria
In case of single bidder both QR of system integrator and network solution provider
should be compiled
Two SI can participate in single bid as consortium subject to compliance of QR for SI-
1st and SI-2nd as mentioned under QR for System Integrator
In case of consortium (with network solution provider), ITIA-SI should be lead bidder.
Lead bidder should fulfill QR for system Integrator while network solution provider
should fulfill QR for network solution provider
Page 45 of 193
Lead Bidder should be empaneled as ITIA-SI under R-APDRP scheme.
QR for system integrator and network solution provider are given below:
QR for System Integrator
The Lead member (referred as SI-Lead) and the 2nd consortium member (in case of
a consortium; referred as SI-2nd) should meet the QR as mentioned below:
For all bidders (except power sector utilities)
i. The SI must have implemented at least one system integration project covering
IT applications, Servers and PCs, WAN with connectivity between atleast 10
locations, during the last three financial years. In case of a consortium, this
requirement needs to be met by the SI-Lead.
(Proof: Necessary Purchase order/LOI/Contract/Certification on client
letterhead/Performance certificate as proof of services provided for the last 3
financial years needs to be submitted)
ii. The SI should have cumulative turnover of at least Rs. 300 crore for the last
three audited financial years. In case of a consortium, the consortium as a whole
(SI-Lead and SI-2nd combined) should have cumulative turnover of at least Rs.
300 crore for the last three audited financial years. The SI-Lead should have a
turnover of at least Rs. 270 crore for the last three audited financial years.
(Proof: Annual Audited Financial Statements for last three financial years )
iii. The SI should have a positive net worth not less than paid-up equity, in each of
the last three audited financial years. In case of a consortium, both the SI-Lead
and SI-2nd should have positive net worth not less than paid-up equity in each
of the last three audited financial years.
(Proof: Annual Accounts for last three financial years )
iv. The SI should have been in the IT / Software services for the last 3 years. In
case of a consortium, this requirement needs to be met by the SI-Lead.
(Proof for which to be submitted in the form of Incorporation Certificate along with
Memorandum & Articles of Association)
v. The SI should have implemented a turnkey Systems Integration project in the
last three financial years involving at least 5 of the following modules: MIS, Web
Self Service, Asset Management, Maintenance Management, Billing, Metering,
Energy Auditing/Accounting, Customer Care, Network, Hardware in any Utility
(Power/Gas/Water/Telecom sectors) or infrastructure sector
(rail/road/port/airport). The total consumer base covered by the SI for such
project in the any Utility should not be less than 50,000. This requirement is not
applicable for infrastructure sector (rail/road/port/airport) projects as these cater
Page 46 of 193
to mass consumers. In case of a consortium, the requirement of at least 5
modules is distributed as follows: SI-Lead needs to meet the above requirement
for at least 4 modules, and the SI-2nd for at least 1 module.
(Proof: Necessary Purchase order/LOI/Contract/Certification on client
letterhead/Performance certificate as proof of services provided for the last 3
financial years needs to be submitted)
vi. The SI should have worked with at least one utility (Power/Gas/Water/Telecom
sectors) or infrastructure sector (rail/road/port/airport) in implementing turnkey
Systems Integration projects. The total worth of projects executed in this domain
for the last three financial years should be atleast INR 50 crore (USD10 million).
In case of a consortium, this requirement needs to be met by the SI-Lead.
(Proof: Necessary Purchase order/LOI/Contract/Certification on client
letterhead/Performance certificate as proof of services provided for the last 3
financial years needs to be submitted)
vii. The SI should be ISO 9001:2000 or have at least CMM/CMMI level 4
certification. In case of a consortium, this requirement needs to be met by the
SI-Lead.
(Proof: Copy of certification from authorized certification body)
viii. The SI should have at least 20 personnel on its rolls with a minimum experience
of 5 years (either in his/her own or other organization). The roles &
responsibilities of the personnel should include system integration of IT
applications or software or hardware or network. In case of a consortium, the
requirement of at least 20 personnel is distributed as follows: SI-Lead needs to
meet the above requirement for at least 15 CVs, and the SI-2nd for at least 5
CVs
(Proof: Signed resume of employees need to be submitted. Scanned signatures
shall be accepted.)
For power sector utility as bidder (no consortium allowed under this category)
i. The SI must have implemented, within its own organisation, at least one system
integration project covering IT applications, Servers and PCs, WAN project with
connectivity between at least 10 locations during the last three financial years.
ii. The SI should have cumulative turnover of at least Rs.2,500 crore for the last
three audited financial years.
(Proof: Annual Audited Financial Statements for last three financial years )
iii. The SI should have a positive net worth not less than paid-up equity in each of
the last three audited financial years.
(Proof: Annual Audited Financial Statements for last three financial years )
Page 47 of 193
iv. The SI should have implemented a turnkey Systems Integration project involving
at least any 5 of the following modules: GIS, MIS, Web Self Service, Asset
Management, Maintenance Management, Billing, Metering, Energy Auditing /
Accounting, Customer Care, Network, hardware. The total consumer base
covered by the SI for such project in any Utility should not be less than 50,000.
This requirement is not applicable for infrastructure sector (rail/road/port/airport)
projects as these cater to mass consumers. The total worth of turnkey Systems
Integration projects implemented by the SI in above domain should be at least
INR 50 crore (USD10 million).
v. The SI should have at least 20 personnel on its rolls with a minimum experience
of 5 years (either in his/her own or other organization). The roles &
responsibilities of the personnel should include system integration of IT
applications or software or hardware or network.
(Proof: Signed resume of employees need to be submitted. Scanned signatures
shall be accepted.)
Proof of credentials for experience (refer i and iv above) should be either of the
following:
•The ARR/DPRs which have been approved by respective Regulatory Commission,
with clear mention of the project details and its value. The same should be supported
by an undertaking from the Company Secretary
•Auditor’s certification along with Undertaking by Company Secretary with clear
mention of the project details and its value (including module wise go-live dates and
the current status of the project)
QR for Network Solution Provider
For all bidders (except power sector utilities)
i. The Network Solution Provider should have implemented at least 5 multi-location
WAN projects (installation, integration, maintenance & management) during the last
three financial years out of which at least two projects should have involved Leased
Lines or ISDN or VSAT or RF or DSL or VPN /MPLS or Fibre Optics or a combination
of these technologies for a customer having a minimum of 10 WAN locations.
(Proof: Necessary Purchase order/LOI/Contract/Certification on client
letterhead/Performance certificate as proof of services provided for the last 3
financial years needs to be submitted)
ii. The Network Solution Provider should have been in the Network
installation/maintenance services for the last 3 years.
Page 48 of 193
(Proof for which to be submitted in the form of Incorporation Certificate along with
Memorandum & Articles of Association)
iii. The Network Solution Provider should have cumulative turnover of at least Rs. 60
crore for the last three audited financial years.
(Proof: Annual Audited Financial Statements for last three financial years )
iv. The Network Solution Provider should have a positive net worth in each of the last
three audited financial years.
(Proof: Annual Audited Financial Statements for last three financial years )
v. Network Solution Provider should be an ISO 9001:2000 certified company.
(Proof: Copy of certification from authorized certification body)
vi. The Network Solution Provider should have at least 10 personnel on its rolls with a
minimum experience of 5 years (either in his/her own or other organization). The
roles & responsibilities of the personnel should include installation or integration or
maintenance or management of network systems.
(Proof: Signed resume of employees need to be submitted. Scanned signatures
shall be accepted.)
For power sector utility as bidder
i. The Network Solution Provider should have implemented, within its own
organization, at least one project involving Leased Lines or ISDN or VSAT or RF
or DSL or VPN /MPLS or Fibre Optics or a combination of these technologies
having a minimum of 10 WAN locations during last three financial years.
ii. The Network Solution Provider should have cumulative turnover of at least Rs.
2500 crore for the last three audited financial years.
(Proof: Annual Audited Financial Statements for last three financial years )
iii. The Network Solution Provider should have a positive net worth in each of the
last three audited financial years.
(Proof: Annual Audited Financial Statements for last three financial years )
iv. The Network Solution Provider should have at least 10 personnel on its rolls with
a minimum experience of 5 years (either in his/her own or other organization).
The roles & responsibilities of the personnel should include installation or
integration or maintenance or management of network systems.
(Proof: Signed resume of employees need to be submitted. Scanned signatures
shall be accepted.)
Proof of credentials for experience (refer above) should be either of the following:
Page 49 of 193
The ARR/DPRs which have been approved by respective Regulatory Commission,
with clear mention of the project details and its value. The same should be supported
by an undertaking from the Company Secretary
Auditor’s certification along with Undertaking by Company Secretary with clear
mention of the project details and its value (including module wise go-live dates and
the current status of the project)
8.0. Bidding Forms
Table of Forms
8.1 Technical Proposal Submission Sheet
8.2 Price Proposal Submission Sheet
8.3 Bid Security
8.4 Manufacturer’s Authorization
8.5 Certificate as to Corporate Principal
Page 50 of 193
8.1. Technical Proposal Submission Sheet
Date:
ICB No.:
Invitation for Bid No.:
Alternative No.:
To:
___________________________________________________________________
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Document, including
Addenda No. (if Any):
(b) We offer to supply in conformity with the Bidding Document and in accordance with
the delivery schedule, the following Goods and Related Services as per part …….
(Part A /part B) of the project.
Part A
Application Changes
Building up of Commercial Database
Part B
Office Infrastructure
New bandwidth for Offices to DC/DR and increase in bandwidth for DC
and DR
Supply and installation of Modems and GPRS Sims for Substation, HT
meters and LTCT meters
FMS for Office infrastructure, Modems, SIMS (parts and replacement)
*Please refer section 9.0., Scope of Work, for details of Part A/Part B items.
(c) Our Bid shall be valid for a minimum period of 90 days from the date fixed for the bid
submission deadline in accordance with the Bidding Document, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period;
(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of
10 percent of the Contract Price for the due performance of the Contract;
(e) We are not participating, as Bidders, in more than one Bid in this bidding process in
accordance with the Bidding Document;
(f) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any
part of the Contract, has not been declared ineligible by the DHBVN /UHBVN
Page 51 of 193
(g) We understand that this Bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a formal
Contract is prepared and executed.
(h) We understand that you are not bound to accept the best evaluated bid or any other
bid that you may receive.
(i) We undertake to open office in Hissar and Punchkula after award of contract.
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date
Page 52 of 193
8.2. Price Proposal Submission Sheet
Date:
ICB No.:
Invitation for Bid No.:
Alternative No.:
To:
___________________________________________________________________
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Document, including
Addenda No. (if any):
(b) We offer to supply in conformity with the Bidding Document and in accordance with
the delivery schedule, the following Goods and Related Services as per part ……( Part
A/part B) of the project.
Part A
Application Changes
Building up of Commercial Database
Part B
Office Infrastructure
New bandwidth for Offices to DC/DR and increase in bandwidth for DC
and DR
Supply and installation of Modems and GPRS Sims for Substation, HT
meters and LTCT meters
FMS for Office infrastructure, Modems, SIMS (parts and replacement)
* Please refer section 9.0., Scope of Work, for details of Part A and Part B items.
(c) The total price of our Bid is given below :
Bidding
Scope Price (in Rs.)
Part A
Part B
Page 53 of 193
(d) The following commissions, gratuities, or fees have been paid or are to be paid
with respect to the bidding process or execution of the Contract:
Name of Recipient Address Reason Amount
(If none has been paid or is to be paid, indicate “none.”)
Name
In the capacity of
Signed
Duly authorized to sign the Bid for and on behalf of
Date
Page 54 of 193
8.3. Bid Security
(To be accompanied with the bank Guarantee)
Date: ________________________
ICB No.: _____________________
Invitation for Bid No.: __________
To:
___________________________________________________________________
Whereas
___________________________________________________________________
___________________________________________________________________
(hereinafter called “the Bidder”) has submitted its Bid dated
____________________________ for ICB No. ___________ for the supply of
___________________________________________________________________
hereinafter called “the Bid.”
KNOW ALL PEOPLE by these presents that WE
_________________________________ of
___________________________________________________ having our
registered office at _________________________________________________
(hereinafter called “the Guarantor”), are bound unto
___________________________________________________
_________________________________________________________________
(hereinafter called “the Purchaser”) in the sum of
________________________________________________ for which payment well
and truly to be made to the aforementioned Purchaser, the Guarantor binds itself, its
successors, or assignees by these presents. Sealed with the Common Seal of this
Guarantor this ____________________day of _________________________,____
THE CONDITIONS of this obligation are the following:
1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder
in the Bid Submission Sheet, except as provided in Section 5.3 of ITB Sub-Clause
11.2 ; or
2. If the Bidder, having been notified of the acceptance of its Bid by the Purchaser, during
the period of bid validity, fails or refuses to:
(a) Execute the Contract; or
Page 55 of 193
(b) Furnish the Performance Security, in accordance with the Section 5.6 ITB Sub
Clause 5; or
(c) Accept the correction of its Bid by the Purchaser, pursuant to 5.5 ITB Sub-
Clause 6.
We undertake to pay the Purchaser without protest or demur up to the above amount
upon receipt of its first written demand, without the Purchaser having to substantiate
its demand, provided that in its demand the Purchaser states that the amount claimed
by it is due to it, owing to the occurrence of one or more of the above conditions,
specifying the occurred conditions.
This security shall remain in force up to and including sixty (60) days after the period
of bid validity, and any demand in respect thereof should be received by the Guarantor
no later than the above date.
Name
In the capacity of
Signed
Duly authorized to sign the Bid Security for and on behalf of
Date
Page 56 of 193
8.4. Manufacturer’s Authorisation
(To be obtained from all OEMs)
Date:
ICB No.:
Invitation for Bid No.:
Alternative No.:
To:
WHEREAS___________________________________________________ who are
official manufacturers of
____________________________________________________ having factories at
_______________________________________________________________ do
hereby authorize ____________________________________________________ to
submit a Bid in relation to the Invitation for Bids indicated above, the purpose of which
is to provide the following Goods, manufactured by us
______________________________ and to subsequently negotiate and sign the
Contract.
We hereby extend our full guarantee and warranty in accordance with Clause 26 of
the General Conditions of Contract, with respect to the Goods offered by the above
firm in reply to this Invitation for Bids.
Name
In the capacity of:
Signed
Duly authorized to sign the Authorization for and on behalf of
Date
Page 57 of 193
8.5. Certificate as to Corporate Principal
CERTIFICATE AS TO CORPORATE PRINCIPAL
(To be signed by any of Board Directors or Co. Secretary)
(To be accompanied along with requisite copy of the board resolution)
I _______________________ certify that I am _________________ of the Company
under the laws of _____________________ and that __________________ who
signed the above tender is authorized to bind the Company / Firm by authority of its
governing body.
Signature : _________________
Full Name : _________________
Address : _________________
Page 58 of 193
9.0. Scope of Work
RAPDRP part A is under implementation in 36 towns of UHBVN and DHBVN to meet
following objectives
a) Establishing base line data for accurate measurement of losses.
b) Improving customer services which include projects for establishment of IT
Infrastructure & deployment of applications like Meter Data Acquisition, GIS based
electrical asset mapping and consumer indexing, Meter Reading, Billing, Collections,
MIS, Energy Audit, New Connection, Disconnection, Customer Care Services, Web
self-service etc.
Further, Management of DHBVN and UHBVN have decided to extend the RAPDRP
IT systems to rest of areas of DHBVN and UHBVN.
Below are the relevant details w.r.t. to project scope:
9.1. Customer and Offices Details
DHBVN
*Data as on 31st March’2013. Current % growth per annum is 7.5% for consumers.
Sr. No Circle
Name Consumers
Sub-
Division
Offices
Other
Offices
Unit Nos. Nos. Nos.
1 Hisar 365904 13
2 Gurgaon 233902 10 5
3 Faridabad &
Palwal 144280 8
4 Bhiwani 249690 12 3
5 Sirsa 208450 9 3
6 Narnaul 148147 7 3
7 Rewari 168746 6 2
8 Jind 196652 9 1
Total 1715771 74 17
Page 59 of 193
UHBVN
Sr. No Circle Name Consumers Sub-Division
Offices
Other Offices
Unit Nos. Nos. Nos.
1 Ambala 184932 7 3
2 Kurukshetra 146204 4 1
3 Karnal 163819 12 3
4 Panipat 262711 5 1
5 Kaithal 152603 8 2
6 Yamunanagar 160122 7 1
7 Jhajjar 235645 8 2
8 Sonepat 185480 9 3
9 Rohtak 249823 5 6
Total 1741339 65 22
*Data as on 31st March’2014. Current % growth per annum is 7.5% for consumers.
9.2. Project Components
As the project is intended to scale up existing RAPDRP systems to Non-RAPDRP
area, there are some implementation and operational challenges perceived as
mentioned below in certain items where ownership already lies with existing RAPDRP
ITIA.
a. Some changes and additional configurations are required in existing
RAPDRP applications to suit Non-RAPDRP area. As existing development is
done by M/S HCL tech, bringing one more ITIA to do new development or
change existing development will create practical issues. Further
maintenance of same application by multiple ITIAs will be very complex,
difficult and cost ineffective solution.
After consideration of above complexity, Management of DHBVN and UHBVN has
decided to divide scope of work into two parts i.e. Part A and Part B. Also, it has been
Page 60 of 193
decided to prioritise allotment of specific items (covered under Part A of the project) to
existing RAPDRP ITIA at negotiated rates of lowest price bid obtained from bidders
for these specific items. In case existing RAPDRP ITIA does not agree to work at
lowest bid price received for these specific items, Nigam management can allocate
the task to lowest price bidder.
Components of Part A and Part B of the project are given in below table:
Part A
Application Changes
Building up of Commercial Database
Part B
Office Infrastructure
New bandwidth for Offices to DC/DR and increase in bandwidth for DC
and DR
Supply and installation of Modems and GPRS Sims for Substation, HT
meters and LTCT meters
FMS for Office infrastructure, Modems, SIMS (parts and replacement)
Please refer section 9 i.e. Scope of Work for details of Part A and Part B items.
Bidders are required to submit technical and commercial bid in two parts i.e. separately
for Part A and Part B of the project but financial evaluation of the bid shall be done
after aggregating total price quoted for both Part A and Part B of the project as well as
for both the DISCOMS.
Page 61 of 193
9.2.1 Project Components Part A
9.2.1.1. Application Development
Solution mapping of existing RAPDRP applications with business function is given
below table. Appointed ITIA need to identify the changes in RAPDRP applications to
exclude GIS application touch points (interfaces) and perform the changes in
application flow for Non RAPDRP towns.
RAPDRP Functional Modules Solution Components Extendibility
Meter Data Acquisition System (MDAS)
Secure Meters - Integrator, DCU Devices, Substation Monitoring
Flexible to connect other protocol based meters, can be integrated with SCADA
Energy Audit Secure Meters - Enerlyser
New Connection Oracle Utilities CCB Product
Disconnection and Dismantling Oracle Utilities CCB Product
Centralized Customer Care Services
Oracle Utilities CCB Product, Contact Anywhere product integrated with Call Center Solution
Interfaces to connect Kiosks, Cash/Cheque Kiosks, CTI, IVR
Management Information System (MIS)
Oracle CCB, WAM BI Publishers, OBIU for DWH
GIS based customer indexing and asset mapping ESRI
Interfaces with systems like Energy Audit, Meter Data, SCADA, CCB
GIS based integrated network analysis module PRDC NA Product (PRDC)
Interfaces with ESRI using Network Adapter to extract GIS Data and performed Network Analysis
Web Self Service JBOSS Server.
Identity and Access Management CA IDM
Document Management, SSO
System Security Requirement CA IDM Suit
Development of Commercial Database of Consumers
Oracle Utilities CCB Product
Metering Oracle Utilities CCB Product
Integrated with MDAS, CMRI
Page 62 of 193
RAPDRP Functional Modules Solution Components Extendibility
Billing Oracle Utilities CCB Product
Interface for Spot Billing
Collections Oracle Utilities CCB Product
Interface for Payment Gateway
Asset Management Oracle Utilities WAM Product
Integrated with GIS Apps
Maintenance Management Oracle Utilities WAM Product
Business Intelligence Oracle Utilities BI (OUBIEE)
Document Management Newgen Omnidocs
Workflow Management Workflow Engine
Integration Middleware Oracle OSB Suite
Legacy SAP System FICO, MM, PS, PM
List of IT applications which are under implementation in RAPDRP (Part A) scheme
are listed below. Applications which needs to be extended to other areas of DHBVN
and UHBVN (to be referred as Non-RAPDRP area) are specified in the list.
Page 63 of 193
Name Of Application
Extend
ed to
Non-
RAPDR
P Area
Name Of Application
Exten
ded
to
Non-
RAP
DRP
Area
Oracle Utilities: PRDC
Customer Care & Billing Y PRDC- GIS Network Analysis N
Oracle Work & Asset Management Y Secure Meters
Oracle Utilities Business Intelligence Y Secure Meters Integrator Y
Oracle OSB for SOA Y Secure Meters Analyser Y
Data Warehouse Y
Secure Meters Substation
Monitoring System N
Weblogic Application Server Y
CA Identity & Access Management
System Y
Newgen Document Management
System IT Infrastructure Tools
Newgen Omnidocs Y Enterprise Management System Y
Omni-scan for scanning solution Y Network Management System Y
ESRI
Anti-Virus Solution (Including
Security Management server) Y
ArcGIS Desktop (ArcEditor) N
DNS Server (LDAP/Active Directory
included) Y
ArcFM Desktop N Access Control Y
ArcGIS Server Advanced N Call Centre Solution: Avaya N
ArcFM Server Advanced N Microsoft:
ArcGIS Schematics N Microsoft Active Directory Server Y
MS Exchange Messaging Server Y
All applications except applications related to GIS are being extended to non RAPDRP
area. Processes as defined for RAPDRP area, except GIS related processes, should
run seamlessly and without change for non-RAPDRP areas also.
Process which are integrated with GIS needs to be changed to suit to Non-RAPDRP
areas. All such process change needs to be done with consent and approval of
DHBVN and UHBVN.
Any development and configurations required for extension of RAPDRP processes to
Non-RAPDRP area shall be done by appointed ITIA.
Page 64 of 193
9.2.1.2. Building up of Commercial Database
9.2.1.2.1. Data Migration
All data required to run defined processes should be migrated by appointed ITIA. List
of items for data migration is given below, however appointed ITIA shall review and
consider any additional data that is required to be migrated, for running all defined
processes for Non-RAPDRP areas, without any additional project cost.
a) Customer master data: - Name, Address, Load details, Tariff
Details, meter details.
b) Customer Transaction Data:- Last three years meter reading and
Billing Data, List of Open Items for collection, open customer
requests and complaints.
c) Asset data: All assets related to customers eg. Meters, Modems,
Sims, CT and PT units, seals, service cables needs to be
migrated.
d) In Stock Items: All items related to customer assets such as
Meters, modems, sims, CT and PT units, seals, cables needs to
be migrated.
e) Reporting data: All data required to extract reports as defined in
Oracle Utilities Business Intelligence should be migrated to Data
Warehouse.
f) All user and related authorisation data required to run all defined
systems under Non-RAPDRP area.
9.2.1.2.2. Scanning of Documents
All customer documents for non-RAPDRP area needs to be scanned and then
uploaded and linked to customer reference nos. in existing RAPDRP system.
Estimated volume of such documents are given below with variation of +/-25%, bidder
is supposed to provide per page scanning rate including rate of uploading and linking
the document to RAPDRP system. Bidder shall arrange its own scanning infra viz.
scanning machine, PC and manpower for uploading documents to server. Rights for
scanning server and network connectivity shall be provided by DHBVN and UHBVN.
Item Description No. of
customers
Estimat
ed No.
of
Consum
er Files
No.
of
pag
es
per
file
No. of
Pages
Volume of Scan as per existing
customers 3457114 4839959 10 48399596
Page 65 of 193
9.2.2. Project Components Part B
9.2.2.1. Office Infrastructure
No. of Offices for DHBVN and UHBVN is listed below:
DHBVN Offices Detail
UHBVN
Offices
Detail
Sr. No Circle Name Consumers Sub-Division
Offices
Other Offices
Unit Nos. Nos. Nos.
1 Ambala 184932 7 3
2 Kurukshetra 146204 4 1
3 Karnal 163819 12 3
4 Panipat 262711 5 1
5 Kaithal 152603 8 2
6 Yamunanagar 160122 7 1
7 Jhajjar 235645 8 2
8 Sonepat 185480 9 3
9 Rohtak 249823 5 6
Total 1741339 65 22
Sr. No Circle
Name Consumers
Sub-
Division
Offices
Other
Offices
Unit Nos. Nos. Nos.
1 Hisar 365904 13
2 Gurgaon 233902 10 5
3 Faridabad &
Palwal 144280 8
4 Bhiwani 249690 12 3
5 Sirsa 208450 9 3
6 Narnaul 148147 7 3
7 Rewari 168746 6 2
8 Jind 196652 9 1
Total 1715771 74 17
Page 66 of 193
All offices are categorised in two categories viz. sub division offices and other offices.
Each subdivision will have seven no. of PCs installed while other offices will have three
no. of PCs with all required software. Below is the detail of PC requirement in each
category of Office
Office category PC Allocation no. of PCs
Subdivision SDO 1
JE 1
CA 2
Establishment work 1
Cash Collection 2
Other Offices (also includes divisions and circle offices):
Miscellaneous works 3
Bill of material that needs to be provided for offices is given below. Bidder shall
declare per unit rate of each item with applicable taxes.
Sub Division Offices BOM in DHBVN & UHBVN
Item Description No. of
Offices
Quantit
y Per
Office
(Nos.)
Specifications Detail
Switches
Layer II Switch 139 1
Refer SRS document finalised
under 11th plan RAPDRP scheme
and RFP for selection of ITIA for
Non RAPDRP areas
Routers
Router for MPLS/ VPN
Network 139 1
Refer SRS document finalised
under 11th plan RAPDRP scheme
and RFP for selection of ITIA for
Non RAPDRP areas
Cabling System
Cables, Jacks etc. 139 1
Refer SRS document finalised
under 11th plan RAPDRP scheme
and RFP for selection of ITIA for
Non RAPDRP areas
Workstation / Equipment
Cords 139 1
Refer SRS document finalised
under 11th plan RAPDRP scheme
and RFP for selection of ITIA for
Non RAPDRP areas
Page 67 of 193
IP Telephony
IP Phone 139 2
Refer SRS document finalised
under 11th plan RAPDRP scheme
and RFP for selection of ITIA for
Non RAPDRP areas
UPS and Battery System
UPS (5 KVA) 139 1
Refer SRS document finalised
under 11th plan RAPDRP scheme
and RFP for selection of ITIA for
Non RAPDRP areas
Workstation PCs, Printers
& Others
Workstation PC (Computer
chair, table, MS Office
Latest version, windows
latest version, MS
exchange, antivirus etc.)
139 7
Refer SRS document finalised
under 11th plan RAPDRP scheme
and RFP for selection of ITIA for
Non RAPDRP areas
Bar Code Readers 139 2
Refer SRS document finalised
under 11th plan RAPDRP scheme
and RFP for selection of ITIA for
Non RAPDRP areas
Laser Jet Printer for
cashiers 139 2
Refer Appendix B: Mandatory
Technical Specification
Multipurpose Network
Printer 139 1
Refer Appendix K: Specifications
Multifunction Network Printer
Additional 2 No. Workstation PC
(Computer chair, table, UPS, MS Office Latest version etc.)
for RAPDRP offices
Workstation PC (Computer
chair, table, MS Office
Latest version, windows
latest version, MS
exchange, antivirus etc.)
95 2
Refer SRS document finalised
under 11th plan RAPDRP scheme
and RFP for selection of ITIA for
Non RAPDRP areas
Page 68 of 193
Other Offices BOM in DHBVN & UHBVN
Item Description No. of
Offices
Quantity
Per Office Specifications Detail
Switches
Layer II Switch 39 1
Refer SRS document finalised under 11th
plan RAPDRP scheme and RFP for selection
of ITIA for Non RAPDRP areas
Routers
Router for MPLS/
VPN Network 39 1
Refer SRS document finalised under 11th
plan RAPDRP scheme and RFP for selection
of ITIA for Non RAPDRP areas
Cabling System
Cables, Jacks etc. 39 1
Refer SRS document finalised under 11th
plan RAPDRP scheme and RFP for selection
of ITIA for Non RAPDRP areas
Workstation /
Equipment Cords 39 1
Refer SRS document finalised under 11th
plan RAPDRP scheme and RFP for selection
of ITIA for Non RAPDRP areas
UPS and Battery
System
UPS (3.5 KVA) 39 1
Refer SRS document finalised under 11th
plan RAPDRP scheme and RFP for selection
of ITIA for Non RAPDRP areas
Workstation PCs,
Printers & Others
Workstation PC
(Computer chair,
table, MS Office
Latest version,
windows latest
version, MS
exchange, antivirus
etc.)
39 3
Refer SRS document finalised under 11th
plan RAPDRP scheme and RFP for selection
of ITIA for Non RAPDRP areas
Multipurpose Network
Printer 39 1
Refer Appendix B: Mandatory Technical
Specification
Additional 1 no. of PC to be provided for
RAPDRP other offices (100 other offices)
Workstation PC
(Computer chair,
table, MS Office
Latest version,
windows latest
version, MS
exchange, antivirus
etc.)
100 1
Refer SRS document finalised under 11th
plan RAPDRP scheme and RFP for selection
of ITIA for Non RAPDRP areas
Page 69 of 193
9.2.2.2. Bandwidth Requirement for DC, DR and Offices
Details of existing bandwidth details provided for RAPDRP areas and Minimum
bandwidth requirement for Non-RAPDRP area is given below. As responsibility to
meet performance standard/SLA lies with the bidder, bidder shall conduct a self-
assessment of required bandwidth requirement and quote accordingly.
Bandwidth Existing Bandwidth in RAPDRP area: office and DC/DR
Bandwidth Requirement in Non-RAPDRP area: Office and DC/DR
Bandwidth for Offices
Network Connectivity - Primary Link - MPLS - VPN for 4 years (2 MBPS) – to be provided for 139 subdivision offices
2 mbps 2 mbps
Network Connectivity - Secondary Link - for 4 years (512 KBPS) -- to be provided for 139 subdivision offices
512 kbps 512 kbps
Bandwidth for Other Offices
Network Connectivity – Primary Link - for 4 years (512 KBPS) -- to be provided for 39 other offices
512 kbps 512 kbps
Bandwidth for Data Centre
Total bandwidth Requirement at DC (Primary)
16 mbps 16 mbps
Total bandwidth Requirement at DC (Secondary)
16 mbps 16 mbps
Additional Internet Bandwidth DC Primary (for connection to customer portal)
10 mbps 10 mbps
Additional Internet Bandwidth DC Secondary (for connection to customer portal)
4 mbps 4 mbps
Total bandwidth Requirement at DC (Primary)
26 mbps 26
Total bandwidth Requirement at DC (Secondary)
20 mbps 20
Page 70 of 193
Bandwidth Existing Bandwidth in RAPDRP area: office and DC/DR
Bandwidth Requirement in Non-RAPDRP area: Office and DC/DR
Bandwidth Requirement for Disaster Recovery Centre
Total bandwidth Requirement at DR (Primary)
16 mbps 16 mbps
Total bandwidth Requirement at DR (Secondary)
16 mbps 16 mbps
Additional Internet Bandwidth DR Primary (for connection to customer portal)
10 mbps 10 mbps
Additional Internet Bandwidth DR Secondary (for connection to customer portal)
4 mbps 4 mbps
Total bandwidth Requirement at DR (Primary)
26 mbps 26
Total bandwidth Requirement at DR (Secondary)
20 mbps 20
Bandwidth DC/DR Replication
Bandwidth for DC/DR Replication (Primary)
10 mbps 10 mbps
Bandwidth for DC/DR Replication (Secondary)
10 mbps 10 mbps
The respective Utilities shall pay the bandwidth charges directly to the bandwidth
Provider. The ITIA would be required to enter into Tripartite Agreement with the
Utilities and NBSP to manage and oversee the NBSP to ensure performance levels
meeting SLAs.
9.2.2.3. . Supply and installation, Modems and GPRS Sims for
Substation, HT meters and LTCT meters
In RAPDRP, GPRS modems installed on different make of meters are read through
RAPDRP MDAS system which is further integrated to oracle CC&B system.
For Non-RAPDRP, 21956 Nos. of GPRS transparent modems to be installed in
DHBVN and 18284 Nos. of modems in UHBVN at existing HT meters, substation,
feeder and LT CT meters of various makes having optical or RS232 communication
ports. Bidder shall quote per unit rate of modem unit (including accessories) including
installation cost.
Page 71 of 193
Sr. No. Utility No. of modems to be installed
1 DHBVN 21956
2 UHBVN 18284
TOTAL 40240
Data of all meters should be gathered at existing MDAS system which is integrated to
Oracle CC&B system. However responsibility of data collection by existing MDAS and
its integration with Oracle CC&B shall be with existing RAPDRP ITIA, appointed ITIA
shall be responsible for working of installed modems, its connectivity to Data center.
Sr.
No. Scope Details Responsibility
1 Availability of GPRS modems, Antenna, Optical Cord Appointed ITIA for Part
B
2 Installation of GPRS modems and SIMS with existing
meters
Appointed ITIA for Part
B
3
Establishing Field communication. Report on
Instantaneous parameters of each meter, read
immediately after modem installation/troubleshooting for
purpose of verifying successful communication shall be
submitted on monthly basis to CE (RAPDRP)
Appointed ITIA for Part
B
4 Arranging meter APIs (if not available)
Nigam for API
availability, existing
RAPDRP vendor for
deployment and
testing
5 Ensuring data availability at existing MDAS system
subject to successful modem communication on field. Existing RAPDRP ITIA
6 Ensuring successful data integration between RAPDRP
MDAS and RAPDRP Oracle CC&B system Existing RAPDRP ITIA
9.2.2.4. FMS for Office infrastructure, Modems, SIMS (parts and
replacement)
FMS related to Offices Infrastructure, modem unit (modems and its accessories) and
SIMS (replacement) shall be covered under Part B of the project. FMS should be
quoted for cost components defined in Section 9.2.2.1. and 9.2.2.3. No minimum limit
is defined for quoting FMS cost, however, quoted cost for FMS shall be considered in
financial evaluation.
Page 72 of 193
10.0. General Conditions of Contract
(1) Definitions The following words and expressions shall have the meanings
hereby assigned to them:
(b) “Contract” means the Agreement entered into between
the Purchaser and the Supplier, together with the
Contract Documents referred to therein, including all
attachments, appendices, and all documents
incorporated by reference therein.
(b) “Contract Documents” shall mean the following documents
listed, including any amendments thereto be read and
construed as part of this Agreement, viz.:
i. the Detailed award of contract;
ii. the Service level agreement;
iii. the Special Conditions of Contract;
iv. the General Conditions of Contract;
v. the Scope of Work;
vi. the System Requirement Specification Document (SRS)
vii. the Instructions to bidders;
viii. the Purchaser’s Notification to the Supplier for Award of
Contract;
ix. Supplier’s response (proposal) to the RFP, including the
Bid Submission Sheet and the Price Proposal submitted
by the Supplier;
x. Appendix A to K;
xi. Acceptance of purchaser’s notification
xii. RFQ document (Identification No: TER-
03/RAPDRP/2014) along with all corrigendum,
clarifications and related documents issued by the
Nodal Agency
(c) “Contract Price” means the price payable to the
Supplier as specified in the Agreement, subject to such
additions and adjustments thereto or deductions there
from, as may be made pursuant to the Contract.
(d) “Day” means calendar day.
(e) “Delivery” means the transfer of the Goods and
services from the Supplier to the Purchaser in
accordance with the terms and conditions set forth in the
Contract.
Page 73 of 193
(f) “Completion” shall mean the completion of the Related
Services by the Supplier in accordance with the terms
and conditions set forth in the Contract.
(g) “GCC” means the General Conditions of Contract.
(h) “Goods” means all hardware, software, networking
equipment and/or other equipment accessories and
materials that the Supplier is required to supply to the
Purchaser under the Contract.
(i) “Intellectual Property Rights” means any patent,
copyright, trademark, trade name, service marks,
brands, propriety information, whether arising before or
after the execution of this Contract and the right to
ownership and registration of these rights.
(j) “Purchaser’s Country” shall mean India.
(k) “Purchaser” means the entities purchasing the Goods
and Related Services.
(l) “Related Services” means the services to be provided
as per the requirements / conditions specified in the
Contract. In addition to this, the definition would also
include other related/ancillary services that may be
required to execute this Contract.
(m) “SCC” means the Special Conditions of Contract.
(n) “Service Level Agreement” (SLA) shall mean the
Service Level Agreement entered into between the
Purchaser and the Supplier.
(o) “Subcontractor” means any natural person, private or
government entity, or a combination of the above,
including its legal successors or permitted assigns, to
whom any part of the Goods to be supplied or execution
of any part of the Related Services is subcontracted by
the Supplier, as per the provisions of Clauses 19 of the
GCC.
(p) “Supplier” means the empanelled System Integrator
(SI) whose bid to perform the Contract has been
accepted by the Purchaser and is named as such in the
Agreement, and includes the legal successors or
permitted assigns of the Supplier.
Page 74 of 193
(q) “The MoP” is the Ministry of Power, Government of
India.
(r) “The Site,” shall mean all identified locations within the
State of Haryana, where the Supplier carries out any
installation of Goods or is required to provide any
Related Services.
(s) “OEM” means the Original Equipment Manufacturer of
any equipment / system / software / product that are
providing such goods to the Purchaser under the scope
of this Tender / Contract.
(t) “Kick Off Meeting” means a meeting convened by the
Purchaser to discuss and finalize the work execution
plan and procedures with the Supplier.
(u) the term “in writing” means communicated in written
form with proof of receipt
1. Contract
Documents
1.1 Subject to the order of precedence set forth in the Agreement, all
documents forming the Contract (and all parts thereof) are intended
to be correlative, complementary, and mutually explanatory.
2. Corrupt Practices 2.1 The Purchaser requires bidders, suppliers, and contractors to
observe the highest standard of ethics during the execution of such
contracts.
o The following definitions apply:
o “corrupt practice” means the offering, giving receiving, or
soliciting, directly or indirectly, of anything of value to
influence the action of any party in the procurement process
or the execution of a contract;
o “fraudulent practice” means a misrepresentation or omission
of facts in order to influence a procurement process or the
execution of a contract;
o “collusive practices” means a scheme or arrangement
between two or more bidders, with or without the knowledge
of the DHBVN / UHBVN , designed to influence the action of
any party in a procurement process or the execution of a
contract;
o “coercive practices” means harming or threatening to harm,
directly or indirectly, persons, or their property to influence
their participation in a procurement process, or affect the
execution of a contract;
(a) The Purchaser will reject a proposal for award if it
determines that the bidder recommended for award has,
directly or through an agent, engaged in corrupt,
Page 75 of 193
fraudulent, collusive, or coercive practices in competing
for the Contract.
(b) After the award of the contract if it is comes to the
knowledge of the Utility that the Supplier has engaged in
corrupt, fraudulent, collusive, or coercive practices at
any stage, the Purchaser shall forthwith terminate the
contract as per the provisions of GCC Clause 33.
3. Interpretation 3.1 In this Contract unless a contrary intention is evident:
A. In case of any conflict with any provision relating to the SRS
document and the RFP document, the provisions of the RFP
document shall prevail for all intents and purposes
B. the clause headings are for convenient reference only and do not
form part of this Contract;
C. unless otherwise specified a reference to a clause number is a
reference to all of its sub-clauses;
D. unless otherwise specified a reference to a clause, sub-clause or
section is a reference to a clause, sub-clause or section of this
Contract including any amendments or modifications to the same
from time to time;
E. a word in the singular includes the plural and a word in the plural
includes the singular;
F. a word importing a gender includes any other gender;
G. a reference to a person includes a partnership and a body
corporate;
H. a reference to legislation includes legislation repealing, replacing
or amending that legislation;
I. where a word or phrase is given a particular meaning it includes
the appropriate grammatical forms of that word or phrase which
have corresponding meanings
J. In the event of an inconsistency between the terms of this
Contract and the Bid document and the proposal, the terms of this
contract hereof shall prevail.
K. Whenever a material or article is specified or described by the
name of a particular brand, manufacturer or trade mark, the
specific item shall be understood as establishing type, function
and quality desired. Products of other manufacturers may also be
considered, provided sufficient information is furnished so as to
enable the Purchaser to determine that the products are
equivalent to those named
3.2 Incoterms
Page 76 of 193
The meaning of any trade term and the rights and obligations of
parties thereunder shall be as prescribed by Incoterms.
o EXW, CIF, CIP, and other similar terms, shall be governed by
the rules prescribed in the current edition of Incoterms,
published by the International Chamber of Commerce at the
date of the Invitation for Bids or as specified in the SCC.
3.3 Entire Agreement
The Contract constitutes the entire agreement between the
Purchaser and the Supplier and supersedes all
communications, negotiations and agreements (whether
written or oral) of parties with respect thereto made prior to the
date of Contract.
3.4 Amendment
No amendment or other variation of the Contract shall be valid
unless it is in writing, is dated, expressly refers to the Contract,
and is signed by a duly authorized representative of each party
thereto.
3.5 Waiver
(a) Subject to GCC Sub-Clause 3.5.b below, no relaxation,
forbearance, delay, or indulgence by either party in enforcing
any of the terms and conditions of the Contract or the granting
of time by either party to the other shall prejudice, affect, or
restrict the rights of that party under the Contract. Neither shall
any waiver by either party of any breach of Contract operate
as waiver of any subsequent or continuing breach of Contract.
(b) The waiver by either party of a breach or default of any of the
provisions of this contract by the other party shall not be
interpreted as :
A) A waiver of any succeeding breach of the same or other
provision, nor shall any delay or omission on the part of
the other party to exercise; or
B) A way to avail itself of any right, power, or privilege that it
has or may have under this contract to operate as waiver
of any breach or default by the other party.
(c) Any waiver of a party’s rights, powers, or remedies under the
Contract must be in writing, dated, and signed by an
authorized representative of the party granting such waiver,
Page 77 of 193
and must specify the right and the extent to which it is being
waived.
3.6 Severability
If any provision or condition of the Contract is prohibited or
rendered invalid or unenforceable, such prohibition, invalidity
or unenforceability shall not affect the validity or enforceability
of any other provisions and conditions of the Contract or the
contract as a whole and the remaining provisions of the
contract shall remain in full force and effect.
4. Language 4.1 The official language of the Contract is English. Contract as well
as all correspondence and documents relating to the Contract
exchanged by the Supplier and the Purchaser, shall be written
in English. Supporting documents and printed literature that
are part of the Contract may be in another language provided
they are accompanied by an accurate translation of the
relevant passages in English, in which case, for purposes of
interpretation of the Contract, the English translation shall
govern.
4.2 The Supplier shall bear all costs of translation to English and all
risks of the accuracy of such translation. The Supplier shall be
bound to the English translation and what has been stated
therein.
5. Consortium 5.1 If the Supplier is a consortium, the members of such consortium
shall be jointly and severally liable to the Purchaser for the
fulfillment of the provisions of the Contract. Only the Lead
Member (as mentioned at the Empanelment stage) shall have
the authority to conduct all businesses for and on behalf of the
Consortium during the bidding process and, in the event the
Consortium is awarded the Contract, during contract
execution. The composition of the consortium cannot be
altered.
(a) Without prejudice to Clause 5.1 of this GCC, for the
purposes of fulfillment of it’s obligations as laid down
under the Contract where the Purchaser deems fit and
unless the context requires otherwise, Supplier shall
refer to the Lead Member who shall be the sole point of
interface between the Purchaser and the Consortium
and would be absolutely accountable for the
performance of its own, the other members of
Page 78 of 193
Consortium and/or its Team’s functions as also the
subcontractors.
(b) All payments shall be made by the Purchaser in favour
of the Lead Member.
6. Notices 6.1 All notices and other communications under this contract must
be in writing, and must either be mailed by registered mail with
acknowledgement or hand delivered with proof of it having
been received.
6.2 If mailed, all notices will be considered as delivered after 5 days,
of the notice having been mailed. If hand delivered, all notices
will be considered, when received by the party to whom the
notice is meant and sent for.
6.3 All notices under this contract shall be sent to or delivered at the
address as specified by the parties in the SCC.
6.4 A Notice shall be effective when delivered or on the Notice’s
effective date, whichever is later.
7. Governing Law 7.1 The Contract shall be governed by and interpreted in
accordance with the laws of the India. The High Court of
Judicature at Punjab & Haryana High Court, Chandigarh
and Courts subordinate to such High Courts shall have
exclusive jurisdiction in respect of any disputes relating to the
tendering process, award of Contract and execution of the
Contract.
7.2 In all cases, this contract shall be governed by and interpreted
in accordance with the Law of the Union Of India. In this
context, the expression ‘Law’ takes within its fold Statutory law,
Judicial Decisional Law and Delegated Legislation as well
8. Settlement of
Disputes
8.1 The Purchaser and the Supplier shall make every effort to
resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in
connection with the Contract.
8.2 If the parties fail to resolve such a dispute (The date of
commencement of the dispute shall be taken from the date
when this clause reference is quoted by either party in a formal
communication clearly mentioning existence of dispute or as
mutually agreed) or difference by mutual consultation within
twenty-eight (28) days from the commencement of such
consultation, either party may require that the dispute be
Page 79 of 193
referred for resolution to the formal mechanisms specified in
the SCC.
9. Scope of Work 9.1 The Scope of Work along with Goods and Related Services to
be supplied as per Section 9.0., Scope of work. At the time of
awarding the contract, the Purchaser shall specify any change
in the Scope of Work. Such changes may be due for instance,
if the quantities of goods and related services are increased or
decreased at the time of award.
9.2 Unless otherwise stipulated in the Contract, the Scope of Work
shall include all such items not specifically mentioned in the
Contract but that can be reasonably inferred from the Contract
as being required for attaining Delivery and Completion of the
Goods and Related Services as if such items were expressly
mentioned in the Contract.
10. Delivery 10.1 Subject to GCC Sub-Clause 32.1, the Delivery of the Goods and
Completion of the Related Services shall be in accordance with
the Implementation Schedule specified in the Appendix-J. The
details of shipping and other documents to be furnished by the
Supplier are specified in the SCC.
11. Supplier’s
Responsibilities
11.1 The Supplier shall supply all the Goods and Related Services
included in the Scope of Work and Appendix B in accordance
with GCC Clause 9, and the Implementation Schedule, as per
GCC Clause 10.
12. Purchaser’s
Responsibilities
12.1 Whenever the supply of Goods and Related Services requires
that the Supplier obtain permits, approvals, and import and
other licenses from local public authorities, the Purchaser
shall, if so required by the Supplier, make its best effort to
assist the Supplier in complying with such requirements in a
timely and expeditious manner.
12.2 The Purchaser shall bear all costs involved in the performance
of its responsibilities, in accordance with GCC Sub-Clause
13.1.
12.3 The Chief Information Officer (CIO) of DHBVN /UHBVN or any
other person designated by the utility shall act as the nodal
point for implementation of the contract and for issuing
necessary instructions, approvals, commissioning, acceptance
certificates, payments etc. to the Supplier.
12.4 The CIO of DHBVN or any other person designated by the utility
shall approve all such documents within 15 working days.
Page 80 of 193
12.5 Purchaser may provide on Supplier’s request, particulars/
information / or documentation that may be required by the
Supplier for proper planning and execution of Scope of Work
under this contract.
12.6 Purchaser shall provide to the Supplier sitting space and
infrastructure and utilities, in the Purchaser’s offices at such
location as may be mutually decided by the Parties.
13. Contract Price 13.1 The Contract Price shall be as specified in the Agreement
subject to any additions and adjustments thereto, or
deductions there from, as may be made pursuant to the
Contract as also subject to provisions of Clause 13.2.
13.2 Prices charged by the Supplier for the Goods delivered and the
Related Services performed under the Contract shall not vary
from the prices quoted by the Supplier in its bid, with the
exception of any price adjustments authorized in the SCC.
14. Terms of
Payment
14.1 The Contract Price shall be paid in the manner specified in the
SCC. No invoice for extra work/change order on account of
change order will be submitted by the Supplier unless the said
extra work /change order has been authorized/approved by the
Purchaser in writing.
14.2 The Supplier’s request for payment shall be made to the
Purchaser in writing, accompanied by invoices describing, as
appropriate, the Goods delivered and Related Services
performed, accompanied by the documents submitted
pursuant to GCC Clause 10.
14.3 Payments shall be made promptly by the Purchaser, no later
than forty five (45) days after submission of an invoice or
request for payment by the Supplier, and the Purchaser has
accepted it.
14.4 If any excess payment has been made by the Purchaser due to
difference in quoted price in proposal and Supplier’s invoice,
the purchaser may without prejudice to its rights recover such
amounts by other means after notifying the Supplier or deduct
such excess payment from any payment subsequently falling
due to the Supplier.
14.5 The currency in which payment shall be made to the supplier
under this contract is Indian Rupees (INR).
15. Taxes and Duties 15.1 The prices quoted by the supplier shall be inclusive of all
duties/taxes/levies. Responsibility for including all applicable
Page 81 of 193
taxes/duties/levies in the proposal lie with the bidder and the
utility shall not be responsible for any error/omission on the part
of the bidder. Payment of taxes/duties/levies shall not be made
separately.
15.2 For goods supplied from outside the Purchaser’s country, the
Supplier shall be entirely responsible for all taxes, duties,
stamp duties, license fees, and other such levies imposed
outside the Purchaser’s country.
15.3 For goods supplied from within the Purchaser’s country, the
Supplier shall be entirely responsible for all taxes, duties, entry
tax, license fees, other levies etc, incurred until delivery of the
Goods and Related service to the Purchaser. The Purchaser
will provide Central sales tax Form C, whenever applicable.
15.4 The cost of Entry Tax as applicable will be the liability of the
Supplier i.e. the price quoted will be inclusive of Entry Tax. The
amount of Entry Tax will be deducted from the Supplier’s
invoice and remittance to tax dept. will be made by the
Purchaser under the TIN number of Purchaser. If any liability
is raised by the commercial tax department, Govt. of Haryana
on account of Entry Tax at a later date, the same shall be to
the Supplier's account and accordingly recovery shall be made
from the supplier's pending bills/security deposit as available
with the Purchaser.
16. Performance
Security
16.1 The Supplier shall, within fourteen (14) days of the notification
of Contract award, provide a Performance Security for the due
performance of the Contract in the amounts and currencies
specified in the SCC.
16.2 The Purchaser shall at its sole discretion invoke the Performance
Security and appropriate the amount secured thereunder, in the
event that the Supplier commits any delay or default in Delivery
of the Goods or Related Services or commits any other breach of
the terms and conditions of the Contract.
16.3 The Performance Security shall be denominated in the
currencies of the Contract, and shall be in one of the forms
stipulated by the Purchaser in the SCC.
16.4 The Performance Security shall be discharged by the Purchaser
and returned to the Supplier not later than fourteen (14) days
following the date of completion of the Supplier’s performance
Page 82 of 193
obligations under the Contract, including any warranty
obligations, unless specified otherwise in the SCC.
17. Intellectual
Property
17.1 Purchaser shall own and have a right in perpetuity to use all
newly created Intellectual Property Rights which have been
developed solely during execution of this Contract, including
but not limited to all Source code, Object code, records,
reports, designs, application configurations, data and written
material, products, specifications, reports, drawings and other
documents which have been newly created and developed by
the Supplier solely during the performance of Related Services
and for the purposes of inter-alia use or sub-license of such
Services under this Contract. The Supplier undertakes to
disclose all such Intellectual Property Rights arising in
performance of the Related Services to the Purchaser and
execute all such agreements/documents and file all relevant
applications, effect transfers and obtain all permits and
approvals that may be necessary in this regard to effectively
transfer and conserve the Intellectual Property Rights of the
Purchaser. To the extent that Intellectual Property Rights are
unable by law to so vest, the Supplier assigns those Intellectual
Property Rights to Purchaser on creation.
17.2 The Supplier shall be obliged to ensure that all approvals,
registrations, licenses, permits and rights etc. which are inter-
alia necessary for use of the goods supplied / installed by the
Supplier, the same shall be acquired in the name of the
Purchaser, and the same may be assigned by the Purchaser
to the Supplier solely for the purpose of execution of any of its
obligations under the terms of this Contract. However,
subsequent to the term of this Contract, such approvals,
registrations, licenses, permits and rights etc. shall endure to
the exclusive benefit of the Purchaser.
17.3 The Supplier shall ensure that while it uses any software,
hardware, processes, document or material in the course of
performing the Services, it does not infringe the Intellectual
Property Rights of any person and the Supplier shall keep the
Purchaser indemnified against all costs, expenses and
liabilities howsoever, arising out any illegal or unauthorized use
(piracy) or in connection with any claim or proceedings relating
to any breach or violation of any permission/license terms or
infringement of any Intellectual Property Rights by the Supplier
or its personnel during the course of performance of the
Related Services. In case of any infringement by the Supplier,
Page 83 of 193
the Supplier shall have sole control of the defense and all
related settlement negotiations
17.4 Subject to GCC sub-clauses 17.1 to 17.3, the Supplier shall
retain exclusive ownership of all methods, concepts,
algorithms, trade secrets, software documentation, other
intellectual property or other information belonging to the
Supplier that existed before the effective date of the contract. .
18. Confidential
Information
18.1 Both parties undertake to each other to keep confidential all
information (written as well as oral) concerning the business
and affairs of the other, which has been obtained or received
as a result of the discussions leading up to or the entering of
the contract.
18.2 After the entering of the contract the Purchaser and the Supplier
shall keep confidential and shall not, without the written
consent of the other party hereto, divulge to any third party any
documents, data, or other information furnished directly or
indirectly by the other party hereto in connection with the
Contract, whether such information has been furnished prior
to, during or following completion or termination of the
Contract. Notwithstanding the above, the Supplier may furnish
to its Subcontractor such documents, data, and other
information it receives from the Purchaser to the extent
required for the Subcontractor to perform its work under the
Contract, in which event the Supplier shall obtain from such
Subcontractor an undertaking of confidentiality similar to that
imposed on the Supplier under this Clause.
18.3 The Purchaser shall not use such documents, data, and other
information received from the Supplier for any purposes
unrelated to the Contract. Similarly, the Supplier shall not use
such documents, data, and other information received from the
Purchaser for any purpose other than the design, procurement,
or other work and services required for the performance of the
Contract.
18.4 The obligation of a party under GCC Sub-Clauses 18.1 and 18.2
above, however, shall not apply to information that:
(a) the Purchaser or Supplier need to share with the institutions
participating in the financing of the Contract;
(b) now or hereafter enters the public domain through no fault of
that party;
(c) can be proven to have been possessed by that party at the
time of disclosure and which was not previously obtained,
directly or indirectly, from the other party; or
(d) Otherwise lawfully becomes available to that party from a third
party that has no obligation of confidentiality.
18.5 The above provisions of GCC Clause 18 shall not in any way
modify any undertaking of confidentiality given by either of the
Page 84 of 193
parties hereto prior to the date of the Contract in respect of the
Supply or any part thereof.
18.6 Each of the parties to this contract, undertakes to the other to
take all such steps as shall from time to time be necessary to
ensure compliance with the provisions of the above clauses by
it’s employees, agents and sub-contractors.
18.7 The provisions of GCC Clause 18 shall survive completion or
termination, for whatever reason, of the Contract.
19. Subcontracting 19.1 Except as provided hereunder under Clause 19.2 of the GCC,
the Supplier shall not be permitted to sub-contract any part of
its obligations under the Contract.
19.2 Supplier shall sub-contract the Network solution provider (NSP)
role only from the empanelled members (as per the list
issued/updated by the PFC for RAPDRP). The Supplier shall
select the sub-contractors from the empanelled list only. The
names and roles of the same shall be clearly mentioned in the
proposal/bid.
19.3 The Supplier shall ensure that the sub-contractor appointed has
sufficient capacity to undertake the execution of the tasks they
will perform under this Contract.
19.4 The Supplier indemnifies and shall keep indemnified Purchaser
against any losses, damages, claims or such other implications
arising from or out of the acts and omissions of such
subcontractor. The Supplier shall be responsible for making all
payments to the subcontractor as may be necessary, in
respect of any Services performed or task executed, and the
Purchaser shall not be responsible for any part or full payment
which is due to such subcontractor.
19.5 All rights of use of any process, product, service or facility
developed or any other task performed by the subcontractor
for the Supplier, under this contract would lie exclusively with
the Purchaser in perpetuity free from all liens, encumbrances
and other third party rights and the Supplier shall, wherever
required, take all steps that may be necessary to ensure the
transfer of such ownership in favor of the Purchaser.
19.6 Nothing in this clause 19 of the GCC shall relieve the Supplier
from its any of its liabilities or obligations under this Contract.
The Purchaser reserves the right to hold Supplier liable for any
act/omission of any subcontractor.
19.7 Where the Purchaser deems necessary, it shall have the right
to require replacement of any subcontractor with another
subcontractor and the Supplier shall in such case terminate
forthwith all agreements/contracts other arrangements with
Page 85 of 193
such subcontractor and find suitable replacement for such
subcontractor to the satisfaction of the Purchaser at no
additional charge, from the empanelled list (as per the list
issued/updated by the PFC for RAPDRP). Failure to terminate
all agreements/contracts with such sub-contractors, shall
amount to a breach of the terms hereof.
19.8 The Supplier shall be responsible for ensuring that the
Subcontractor shall comply with all relevant and applicable
provisions of the Contract. In default on the part of the sub-
contractor to comply with the terms and conditions of the
Contract wherever applicable, shall amount to breach on the
part of the Supplier, and the Purchaser in addition to all other
rights, have the right to claim damages add recover from the
Supplier all losses/ or other damages that may have resulted
from such failure
20. Specifications
and Standards
20.1 Technical Specifications and Drawings
(a) The Supplier shall ensure that the Goods and Related Services
comply with the technical specifications and other provisions of
the Contract.
(b) The Supplier shall be entitled to disclaim responsibility for any
design, data, drawing, specification or other document, or any
modification thereof provided or designed by or on behalf of
the Purchaser, by giving a notice of such disclaimer to the
Purchaser.
(c) The Goods and Related Services supplied under this Contract
shall conform to the standards mentioned in Section 9.0.,
Scope of Work and Appendix B (Technical Specification),
when no applicable standard is mentioned, the standard shall
be equivalent or superior to the official standards whose
application is appropriate to the country of origin of the Goods.
20.2 Wherever references are made in the Contract to codes and
standards in accordance with which it shall be executed, the
edition or the revised version of such codes and standards
shall be those specified in the Section 9.0., Scope of Work.
During Contract execution, any changes in any such codes
and standards shall be applied only after approval by the
Purchaser and shall be treated in accordance with GCC
Clause 31.
21. Packing and
Documents
21.1 The Supplier shall provide such packing of the Goods as is
required to prevent their damage or deterioration during transit
to their final destination, as indicated in the Contract. During
Page 86 of 193
transit, the packing shall be sufficient to withstand, without
limitation, rough handling and exposure to extreme
temperatures, salt and precipitation, and open storage.
Packing case size and weights shall take into consideration,
where appropriate, the remoteness of the final destination of
the Goods and the absence of heavy handling facilities at all
points in transit. The Purchaser shall not be responsible in any
manner for any loss or damage caused to the Goods during
Transit.
21.2 The packing, marking, and documentation within and outside
the packages shall comply strictly with such special
requirements as shall be expressly provided for in the Contract
and in any other instructions ordered by the Purchaser.
22. Insurance 22.1 The Goods supplied under the Contract shall be fully insured by
the Supplier, in INR, against loss or damage incidental to
manufacture or acquisition, transportation, storage, and
delivery, in accordance with the applicable Incoterms or in the
manner specified in the SCC.
23. Transportation 23.1 Obligations for transportation of the Goods shall be borne by the
Supplier and shall be in accordance with the Incoterms
specified in GCC Clause 3.2.
24. Inspections and
Tests
24.1 The Supplier shall at its own expense and at no cost to the
Purchaser carry out all such tests and/or inspections of to
ensure that the Goods and Related Services are complying
with the functional parameters, codes and standards specified
in the Scope of Work at Section 9.0. and Appendix B
(Technical Specification), to the satisfaction of the Purchaser.
24.2 The inspections and tests may be conducted on the premises of
the Supplier, at point of delivery, and/or at the final destination
of the Goods, or in another place in the Purchaser’s country.
Subject to GCC Sub-Clause 24.3, if conducted on the premises
of the Supplier or its Subcontractor, all reasonable facilities and
assistance, including access to drawings and production data,
shall be furnished to the inspectors at no charge to the
Purchaser.
24.3 The Purchaser or its designated representative shall be entitled
to attend the tests and/or inspections referred to in GCC Sub-
Clause 24.2, provided that the Purchaser bear all of its own
costs and expenses incurred in connection with such
attendance including, but not limited to, all traveling and board
and lodging expenses.
24.4 Whenever the Supplier is ready to carry out any such test and
inspection, it shall give a reasonable advance notice, including
the place and time, to the Purchaser.
Page 87 of 193
24.5 The Purchaser may require the Supplier to carry out any test
and/or inspection to verify that the characteristics and
performance of the Goods or Related Services comply with the
technical specifications, codes and standards under the
Contract.
24.6 The Supplier shall provide the Purchaser with a report of the
results of any such test and/or inspection.
24.7 The Purchaser may reject any Goods / Related Services or any
part thereof that fail to pass any test and/or inspection or do
not conform to the specifications. The Supplier shall either
rectify or replace such rejected Goods/ Related Services or
parts thereof or make alterations necessary to meet the
specifications at no cost to the Purchaser, and shall repeat the
test and/or inspection, at no cost to the Purchaser, upon giving
a notice pursuant to GCC Sub-Clause 24.4.
24.8 The Supplier agrees that neither the execution of a test and/or
inspection of the Goods / Related Services or any part thereof,
nor the attendance by the Purchaser or its representative, nor
the issue of any report pursuant to GCC Sub-Clause 24.6, shall
release the Supplier from any warranties or other obligations
under the Contract.
25. Liquidated
Damages and
Penalty
25.1 Except as provided under GCC Clause 30, if the Supplier fails
to deliver any or all of the Goods or perform the Related
Services within the period specified in the Contract, the
Purchaser may without prejudice to all its other remedies under
the Contract, deduct from the Contract Price, as liquidated
damages, a sum equivalent to 0.5% of the value of the Goods
or Related Services, supplied beyond stipulated delivery
schedule for each week or part thereof of delay until actual
delivery or performance, subject to a maximum of 10% of
value of such goods and services. Each circle shall be
considered as a financial unit and any penalty if levied shall be
worked out by taking the total project area cost which is the
total cost of all the offices in a circle. Eg. If a circle has seven
subdivisions and work of 4 subdivisions of that circle are not
completed within in stipulated time, then penalty will be levied
on 0.5% of value of goods and/or related services for that circle
only.
25.2 In addition, the Supplier is liable to the Purchaser for payment
penalty as specified in the SLA.
25.3 If the Goods and Related Services supplied do not meet the
minimum specifications as per the Contract, and the same is
not replaced/modified by the Supplier to meet the requirements
within 14 days of being informed by the Utility, the Utility shall
be free to impose any penalty as deemed fit. In addition, the
Utility shall reserve the right to terminate the contract and
Page 88 of 193
recover liquidated damages by forfeiting the performance
guarantee submitted by the Purchaser.
26. Warranty 26.1 The Supplier warrants that all the Goods are new, unused, and
of the most recent or current models, and that they incorporate
all recent improvements in design and materials, unless
provided otherwise in the Contract.
26.2 Subject to GCC Sub-Clause 20.1, the Supplier further warrants
that the Goods shall be free from defects arising from any act
or omission of the Supplier or arising from design, materials,
and workmanship, under normal use in the conditions
prevailing in the country of final destination.
26.3 The warranty shall remain valid for the period Specified in the
SCC.
26.4 The Purchaser shall give Notice to the Supplier stating the
nature of any such defects together with all available evidence
thereof, promptly following the discovery thereof. The
Purchaser shall afford all reasonable opportunity for the
Supplier to inspect such defects.
26.5 Upon receipt of such Notice, the Supplier shall, within the period
specified in the SCC, expeditiously repair or replace the
defective Goods or parts thereof, at no cost to the Purchaser.
26.6 If having been notified, the Supplier fails to remedy the defect
within the period of warranty specified in the SCC; the
Purchaser may proceed to take within a reasonable period
such remedial action as may be necessary, at the Supplier’s
risk and expense and without prejudice to any other rights
which the Purchaser may have against the Supplier under the
Contract.
27. Liability/
Indemnity
27.1 The Supplier hereby agrees to indemnify the Purchaser, for all
conditions and situations mentioned in this clause, in a form
and manner acceptable to the Purchaser. The supplier agrees
to indemnify the Purchaser and its officers, servants, agents
(“Purchaser Indemnified Persons”) from and against any
costs, loss, damages, expense, claims including those from
third parties or liabilities of any kind howsoever suffered,
arising or incurred inter alia during and after the Contract
period out of:
(a) any negligence or wrongful act or omission by the Supplier
or its agents or employees or any third party associated
Page 89 of 193
with Supplier in connection with or incidental to this
Contract; or
(b) any infringement of patent, trademark/copyright or
industrial design rights arising from the use of the supplied
Goods and Related Services or any part thereof.
27.2 The Supplier shall also indemnify the Purchaser against any
privilege, claim or assertion made by third party with respect
to right or interest in, ownership, mortgage or disposal of any
asset, property, movable or immovable as mentioned in any
Intellectual Property Rights, licenses and permits
27.3 Without limiting the generality of the provisions of this clause
27.1 and 27.2, the Supplier shall fully indemnify, hold harmless
and defend the Purchaser Indemnified Persons from and
against any and all suits, proceedings, actions, claims,
demands, liabilities and damages which the Purchaser
Indemnified Persons may hereafter suffer, or pay by reason of
any demands, claims, suits or proceedings arising out of claims
of infringement of any domestic or foreign patent rights,
copyrights or other intellectual property, proprietary or
confidentiality rights with respect to any Goods, Related
Services, information, design or process supplied or used by
the Supplier in performing the Supplier’s obligations or in any
way incorporated in or related to the Project. If in any such suit,
action, claim or proceedings, a temporary restraint order or
preliminary injunction is granted, the Supplier shall make every
reasonable effort, by giving a satisfactory bond or otherwise,
to secure the suspension of the injunction or restraint order. If,
in any such suit, action, claim or proceedings, the Goods or
Related Services, or any part thereof or comprised therein, is
held to constitute an infringement and its use is permanently
enjoined, the Supplier shall promptly make every reasonable
effort to secure for the Purchaser a license, at no cost to the
Purchaser, authorizing continued use of the infringing work. If
the Supplier is unable to secure such license within a
reasonable time, the Supplier shall, at its own expense, and
without impairing the specifications and standards, either
replace the affected work, or part, or process thereof with non-
infringing work or part or process, or modify the same so that
it becomes non-infringing.
Survival on Termination
The provisions of this Clause 27 shall survive Termination.
Page 90 of 193
27.4 Defense of Claims:
(a) If any proceedings are brought or any claim is made
against the Purchaser arising out of the matters referred
to in GCC Sub-Clause 27.1, 27.2, or 27.3 the Purchaser
shall promptly give the Supplier a notice thereof, and the
Supplier may at its own expense and in the Purchaser’s
name conduct such proceedings or claim and any
negotiations for the settlement of any such proceedings
or claim.
(b) If the Supplier fails to notify the Purchaser within twenty-
eight (28) days after receipt of such notice that it intends
to conduct any such proceedings or claim, then the
Purchaser shall be free to conduct the same on its own
behalf
(c) The Purchaser shall, at the Supplier’s request, afford all
available assistance to the Supplier in conducting such
proceedings or claim, and shall be reimbursed by the
Supplier for all reasonable expenses incurred in so doing
28. Limitation of
Liability
28.1 Except in cases of gross negligence or willful misconduct :
(a) neither party shall be liable to the other party for any
indirect or consequential loss or damage, loss of use,
loss of production, or loss of profits or interest costs,
provided that this exclusion shall not apply to any
obligation of the Supplier to pay liquidated damages to
the Purchaser; and
(b) the aggregate liability of the Supplier to the Purchaser,
whether under the Contract, in tort, or otherwise, shall
not exceed the amount specified in the Contract Price.
Provided that this limitation shall not apply to the cost of
repairing or replacing defective equipment, or to any
obligation of the Supplier to indemnify the Purchaser
with respect to patent infringement.
29. Change in Laws
and Regulations
29.1 Unless otherwise specified in the Contract, if after the date of
the Invitation for Bids, any law, regulation, ordinance, order or
bylaw having the force of law is enacted, promulgated,
abrogated, or changed in the place of the Purchaser’s country
where the Site is located (which shall be deemed to include
any change in interpretation or application by the competent
authorities) that subsequently affects the Delivery Date, then
such Delivery Date shall be correspondingly increased or
Page 91 of 193
decreased, to the extent that the Supplier has thereby been
affected in the performance of any of its obligations under the
Contract. .
30. Force Majeure 30.1 The Supplier shall not be liable for forfeiture of its Performance
Security, liquidated damages, or termination for default if and
to the extent that it’s delay in performance or other failure to
perform its obligations under the Contract is the result of an
event of Force Majeure.
30.2 For purposes of this Clause, “Force Majeure” means an event
or situation beyond the control of the Supplier that is not
foreseeable, is unavoidable, and its origin is not due to
negligence or lack of care on the part of the Supplier. Such
events may include, but not be limited to wars or revolutions,
earthquake, fires, floods, epidemics, quarantine restrictions,
and freight embargoes.
30.3 If a Force Majeure situation arises, the Supplier shall promptly
and no later than seven days from the first occurrence thereof,
notify the Purchaser in writing of such condition and the cause
thereof. Unless otherwise directed by the Purchaser in writing,
the Supplier shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all
reasonable alternative means for performance not prevented
by the Force Majeure event
30.4 The decision of the Purchaser with regard to the occurrence,
continuation, period or extent of Force Majeure shall be final
and binding on the Supplier.
31. Change Orders
and Contract
Amendments
31.1 The Purchaser may at any time order the Supplier through
Notice in accordance GCC Clause 6, (“Change Order”) to
make changes within the general scope of the Contract in any
one or more of the following:
(a) drawings, designs, or specifications, where Goods to be
furnished under the Contract are to be specifically
manufactured for the Purchaser;
(b) Specifications for hardware, software and Related Services
(c) the method of shipment or packing;
(d) the place of delivery; and
Page 92 of 193
(e) the Related Services to be provided by the Supplier.
31.2 If any such Change Order causes an increase or decrease in
the cost of, or the time required for, the Supplier’s performance
of any provisions under the Contract, an equitable adjustment
shall be made in the Contract Price or in the Delivery and
Completion Schedule, or both, and the Contract shall
accordingly be amended. Any claims by the Supplier for
adjustment under this Clause must be asserted within twenty-
eight (28) days from the date of the Supplier’s receipt of the
Purchaser’s Change Order.
31.3 No variation or modification of the terms of the contract shall be
made except by written amendment signed by the parties.
32. Extensions of
Time
32.1 If at any time during performance of the Contract, the Supplier
or its Subcontractors should encounter conditions impeding
timely delivery of the Goods or completion of Related Services
pursuant to GCC Clause 10, the Supplier shall promptly notify
the Purchaser in writing of the delay, its likely duration, and its
cause. As soon as practicable after receipt of the Supplier’s
notice, the Purchaser shall evaluate the situation and may at
its discretion extend the Supplier’s time for performance, in
which case the extension shall be ratified by the parties by
amendment of the Contract.
32.2 Except in case of Force Majeure, as provided under GCC
Clause 30 or where the delay in delivery of the Goods or
completion of Related Services is caused due to any delay or
default of the Purchaser, any extension granted under clause
32.1 shall not absolve the Supplier from its liability to the pay
of liquidated damages pursuant to GCC Clause 25.
33. Termination 33.1 Termination for Default
(a) The Purchaser may, without prejudice to any other
remedy for breach of Contract, by Notice of default sent
to the Supplier, terminate the Contract in whole or in
part:
(i) if the Supplier fails to deliver any or all of the
Goods or Related Services within the period
specified in the Contract, or within any extension
thereof granted by the Purchaser pursuant to
GCC Clause 32; or
Page 93 of 193
(ii) if the Supplier, in the judgment of the Purchaser
has engaged in corrupt, fraudulent, collusive, or
coercive practices, as defined in GCC Clause 2,
in competing for or in executing the Contract; or
(iii) Any representation made by the bidder in the
proposal is found to be false or misleading
(iv) if the Supplier commits any breach of the
Contract and fails to remedy or rectify the same
within the period of two weeks (or such longer
period as the Purchaser in its absolute discretion
decide) provided in a notice in this behalf from
the Purchaser.
(v) as specified in the SLA
(b) In the event the Purchaser terminates the Contract in
whole or in part, pursuant to GCC Clause 33.1.1, the
Purchaser may procure, upon such terms and in such
manner as it deems appropriate, Goods or Related
Services similar to those undelivered or not performed,
and the Supplier shall be liable to the Purchaser for any
additional costs for such similar Goods or Related
Services. However, the Supplier shall continue
performance of the Contract to the extent not terminated.
33.2 Termination for Insolvency
The Purchaser may at any time terminate the Contract by
giving Notice to the Supplier if the Supplier becomes bankrupt
or otherwise insolvent. In such event, termination will be
without compensation to the Supplier, provided that such
termination will not prejudice or affect any right of action or
remedy that has accrued or will accrue thereafter to the
Purchaser.
33.3 Termination for Convenience
(a) The Purchaser, by Notice sent to the Supplier, may
terminate the Contract, in whole or in part, at any time
for its convenience. The Notice of termination shall
specify that termination is for the Purchaser’s
convenience, the extent to which performance of the
Supplier under the Contract is terminated, and the date
upon which such termination becomes effective.
Page 94 of 193
(b) The Goods that are complete and ready for shipment
within twenty-eight (28) days after the Supplier’s receipt
of the Notice of termination shall be accepted by the
Purchaser at the Contract terms and prices. For the
remaining Goods, the Purchaser may elect:
(i) To have any portion completed and delivered at the Contract terms
and prices; and/or
(ii) to cancel the remainder and pay to the Supplier an
agreed amount for partially completed Goods and
Related Services and for materials and parts previously
procured by the Supplier.
33.4 Consequences of Termination
Upon Termination of the Contract, the Supplier shall:
(i) Prepare and present a detailed exit plan within five
calendar days of termination notice receipt to the CIO of
DHBVN / UHBVN (“Exit Plan”).
(ii) The CIO and along with designated team will review the
Exit plan. If approved, Supplier shall start working on the
same immediately. If the plan is rejected, Supplier shall
prepare alternate plan within two calendar days. If the
second plan is also rejected, CIO or the authorised person
will provide a plan for Supplier and it should be adhered
by in totality.
(iii) The Exit Plan should cover at least the following :-
a. Execute all documents that may be necessary to
effectively transfer the ownership and title, including
OEM warranties in respect of all equipment;
b. Handover all developed codes, related documentation
and other Configurable Items, if any in his possession;
c. Handover the list of all IT Assets, passwords at all
locations to the Purchaser.
(iv) The supplier and CIO (or the authorized person) will sign
a completion certificate at the end of successful
completion (all points tracked to closure) of the Exit Plan.
34. Assignment 34.1 The Supplier shall not assign, in whole or in part, their
obligations under this Contract.
Page 95 of 193
35. Disclaimer 35.1 Purchaser reserves the right to share, with any consultant of its
choosing, any resultant Proposals in order to secure expert
opinion.
35.2 Purchaser reserves the right to accept any proposal deemed to
be in the best interest of the DHBVN and UHBVN
36. Public Disclosure 36.1 All materials provided to the Purchaser by bidder are subject to
Country and Haryana public disclosure laws such as RTI etc.
36.2 The Supplier’s Team shall not make or permit to be made a
public announcement or media release about any aspect of
this Contract unless the Purchaser first gives the Supplier its
written consent.
37. SLA Audit 37.1 A designated team / person from respective utilities (DHBVN &
UHBVN) will review the performance of Supplier against the
SLA each month. The review / audit report will form basis of
any action relating to imposing penalty on or breach of contract
of the Supplier.
38. Adherence to
safety
procedures, rules
regulations and
restriction
38.1 Supplier shall comply with the provision of all laws including
labour laws, rules, regulations and notifications issued there
under from time to time. All safety and labour laws enforced by
statutory agencies and by Purchaser shall be applicable in the
performance of this Contract and Supplier’s Team shall abide
by these laws.
38.2 Access to the Datacenter Sites and Purchaser’s locations shall
be strictly restricted. No access to any person except the
essential personnel belonging to the Supplier who are
genuinely required for execution of work or for carrying out
management/maintenance who have been explicitly
authorized by the Purchaser shall be allowed entry to the
Datacenter Sites and some Purchaser’s locations. Even if
allowed, access shall be restricted to the pertaining equipment
of the Purchaser only. The Supplier shall maintain a log of all
activities carried out by each of its personnel.
38.3 The Supplier shall take all measures necessary or proper to
protect the personnel, work and facilities and shall observe all
reasonable safety rules and instructions. Supplier’s Team shall
adhere to all security requirement/regulations of the Purchaser
during the execution of the work. Purchaser’s employee also
shall comply with safety procedures/policy.
Page 96 of 193
38.4 The Supplier shall report as soon as possible any evidence,
which may indicate or is likely to lead to an abnormal or
dangerous situation and shall take all necessary emergency
control steps to avoid such abnormal situations.
38.5 The Purchaser will be indemnified for all the situations
mentioned in this clause in the similar way as defined in GCC
clause 28.
39. Non-Solicitation
of Staff
39.1 For the purpose of this contract, both parties to this contract
agree, not to solicit either directly or indirectly with a view to
provide or offer employment to, offer to contract with or entice
a staff member of the other party to leave without the consent
of the other during the term of this agreement and for an
additional period of 180 days after termination
40. Survival 40.1 The clauses of this contract, which by nature are intended to
survive termination of this contract, shall remain in effect after
such termination
11.0. Special Conditions of Contract
The following Special Conditions of Contract (SCC) shall supplement the General Conditions of
Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the
GCC.
GCC 1.1(j) The Purchaser’s country is: The Union Of India
GCC 1.1(k) The Purchaser is:
DHBVN/UHBVN, India
GCC 1.1 (q) The web-sites are: www.dhbvn.com
The details regarding the RFP process shall be available on the same. The eligible
bidders should visit the website from time to time and get the status updates. All
details uploaded on the website from time to time shall be deemed to have been
provided to all the bidders.
GCC 3.2 The version of Incoterms shall be: Incoterms 2000
GCC 4.1 The language shall be: English
Page 97 of 193
GCC 6.1 For notices, the Purchaser’s contact details shall be:
The Chief Engineer / RAPDRP,
Dakshin Haryana Bijli Vitran Nigam Limited,
Vidyut Sadan, Vidyut Nagar, Hissar-125005 Haryana
Email : [email protected]
Phone:01662-223194; Fax:01662-222126
GCC 7.1 The governing law shall be: Laws applicable in exclusive jurisdiction of The High
Court Of Judicature at Punjab & Haryana High Court, Chandigarh India and all
courts subordinate to it’s exclusive Jurisdiction.
GCC 8.2 The formal mechanism for the resolution of disputes shall be:
If the parties fail to resolve such a dispute or difference by mutual consultation
within twenty-eight (28) days from the commencement of such dispute and
difference, either party may require that the dispute be referred for resolution to
the formal mechanisms, described below (The date of commencement of the
dispute shall be taken from the date when this clause reference is quoted by either
party in a formal communication clearly mentioning existence of dispute or as
mutually agreed) :
a. The mechanism for resolution of disputes for bidders shall be in
accordance with the Indian Arbitration and Conciliation Act of 1996. The
Arbitral Tribunal shall consist of 3 (Three) Arbitrators. Each Party shall
nominate an Arbitrator and the two nominated Arbitrators shall mutually
agree and nominate a third Presiding Arbitrator.
b. The Arbitrators shall necessarily be retired High Court Judges and the
umpire shall be a retired Chief Justice.
c. The place for arbitration shall be Hisar or Panchkula.
GCC 10.1
Details of shipping and documents to be furnished by the Supplier shall be:
FOR GOODS SUPPLIED FROM ABROAD AS PER INCOTERMS CIF :
Upon shipment, the Supplier shall notify the Purchaser and the Insurance
Company by telex or fax the full details of the shipment (Consignment through air
is also possible), including Contract number, description of Goods, quantity, the
vessel, the bill of lading number and date, port of loading, date of shipment, port
of discharge, etc. The Supplier shall send the following documents to the
Purchaser, with a copy to the Insurance Company.
(a) Copy of the Supplier’s invoice showing the description of the Goods, quantity,
unit CIF price and total amount;
(b) Copy of on-board bill of lading marked “freight prepaid”.
(c) Copy of the packing list identifying contents of each lot.
(d) Insurance certificate;
Page 98 of 193
(e) Copy of test certificate approval and dispatch instructions issued by the
purchaser (combined or separately).
(f) Certificate of Origin.
(g) Manufacturer’s or supplier’s Warranty Certificate
The Purchaser shall receive the above documents at least two weeks before
arrival of the Goods at the port or place of arrival and, if not received, the Supplier
will be responsible for any consequent expenses.
For goods from within the Purchaser’s country as per INCOTERMS EXW
basis including freight and insurance charges:
Upon delivery of the Goods to the transporter, the Supplier shall notify the
Purchaser and send the following documents to the Purchaser;
a) Copy of the Supplier’s invoice showing the description of the Goods, quantity,
unit Ex-works price and total amount;
b) Copy of Motor Transport Receipt (MTR) of a transport contractor approved by
Indian Bankers Association or material receipt certificate from consignee.
c) Copy of test certificate approval and dispatch instructions issued by the
purchaser combined or separately.
d) Copy of packing list identifying contents of each lot.
e) Insurance certificate;
f) Certificate of Origin.
g) Manufacturer’s or supplier’s Warranty Certificate
The Purchaser shall receive the above documents before the arrival of the Goods
and, if not received, the Supplier will be responsible for any consequent expenses.
GCC 13.2 The price adjustment shall be:
The bidders may please note that the prices are upward/downward adjustable.
Purchaser reserves the right to review and negotiate the charges payable at any
time to incorporate downward revisions as applicable and necessary, including
due to lowering of any applicable taxes, duties and any other statutory levies.
Prices shall not be subject to any upward/downward revision on any account
whatsoever throughout the period of contract. Provided that any revision in taxes,
statutory levies, duties which is not occasioned due to any change in place,
method and time of supply or non-performance / non-fulfilment of any condition of
any exemption considered by the vendor at the time of proposal, shall be
considered for price adjustments.
The utility reserves the right to increase or decrease the quantity of materials
under the contract subject to the limit of 30% of the quantity of materials covered
under the contract. It is clarified that this increase or decrease of 30% shall not
entitle either party to claim revision of the unit price of the goods supplied.
In case of services where lump-sum prices are quoted, the increase or decrease
of 30% of the quantity of materials shall be subject to mutual negotiations.
Page 99 of 193
GCC 14.1 General terms and conditions of Payment Schedule
1) All payments shall be made by the Purchaser in favour of the Supplier
(System Integrator)
2) The release of payments will be Performance (output) based, where the
payments are made for measured deliverables and outputs. The SLAs will
govern the penalty and reductions from payments for inferior deliverables.
3) Payments made under the Contract shall be approved by the financing
agency in accordance with the terms and conditions of the financing
agreement between the Purchaser and the financing agency, and will be
subject in all respects to the terms and conditions of that financing/Loan
Agreement.
4) System Integrator should obtain completion certificate for each project
area from the utility and raise an invoice against the same.
5) Payments against invoice submitted (accompanied with all requisite
documents) shall be released within 45 days of submission of invoice.
6) System Integrator needs to ensure completion of all works for a project
area before submitting the invoice. This includes supply of required
hardware, software, customization, installation and commissioning. In
addition others activities, integration of identified legacy systems etc. shall
also be completed. Payments shall be made Circle wise and approved only
after the entire scope of work for a Circle is completed. In case even part
of the work is pending (applications or hardware or networking etc.)
payment for that Circle shall not be made.
7) In case go-live of any project area is delayed, the entire cost and/or time
over-run shall be the responsibility of the Supplier and shall be borne by
him only.
8) Power to withhold: Notwithstanding anything contained in the payment
schedule mentioned below, if in the opinion of the Purchaser, any work
done or supply made or service rendered by Supplier is deficient in any
manner in comparison to the prescribed standards, Purchaser shall be at
liberty to withhold a reasonable portion of the payments due to the
Supplier, till such work/ supply/ service is made confirming to the
prescribed standards. These powers to withhold payments shall be without
prejudice to any other power/ right of the purchaser under this contract.
9) All payments for Facilities Management Services (FMS) shall only be made
after submission of the Audit reports (in original) which shall be submitted
by the Supplier along with the invoices and acceptance of the same by the
Purchaser.
Payment Schedule
Total Project Cost is divided into following three components which is further
combined to form two parts of project as defined in section 9.0., Scope of Work:
Page 100 of 193
Cost Head
Capex for ITIA selected for Part A
Capex for ITIA selected for Part B
Opex for ITIA selected for Part B
a. Payment schedule of CAPEX for ITIA selected for Part B:
Phase Activity
Payment
Schedule Milestones
Setting of
Office
Infrastructure*
*
Procurement of IT and non
IT Infrastructure(Excluding
Bandwidth)
30% (with
adjustmen
t of 30% of
mobilisatio
n
advance)
On Management
confirmation that
material procured
as per the work
order.
Installation and
commissioning of IT and
Non IT infrastructure and
establishing connectivity to
Data Center
50% (with
adjustmen
t of 50% of
mobilisatio
n
advance)
On System testing
by Vendor &
management
confirmation that
material is
received &
commissioned as
per the Work
order. Also
systems are
integrated with
Data Centre &
legacy
applications.
Completion of
Project***
20% (with
adjustmen
t of 20% of
mobilisatio
n
advance)
After 3 months of
Go-Live date,
based on
management
confirmation that
system is meeting
the performance
requirements as
specified in Work
order
Page 101 of 193
b. Payment schedule of CAPEX for ITIA selected for Part A:
Phase Activity
Payment
Schedule Milestones
Application
Changes
including Go-
live of pilot
town**
Identification of changes in
applications to exclude
GIS application touch
points (interfaces) also
changes in application flow
for Non-RAPDRP towns,
role creation and allocation
30% (with
adjustmen
t of 30% of
mobilisatio
n
advance)
Successful testing
of all application
changes including
development,
integration and
configuration
Circle wise
target
3 Circle per Two months
per DISCOM (DH & UH)
17%+17%
+16%
(with
adjustmen
t of 50% of
mobilisatio
n
advance)
Go-Live of the
circles
Completion of
Project***
20%
(with
adjustmen
t of 20% of
mobilisatio
n
advance)
After 3 months of
Go-Live date,
based on
management
confirmation that
system is meeting
the performance
requirements as
specified in Work
order
** 70% of actual cost must not exceed the estimated payment cost %, in case it
exceeds, minimum of the two shall be paid.
***End of Contract: Payment allocated at the end of contract may be released
earlier, provided the supplier submits the Bank Guarantee (BG) for an amount
equivalent to 20% of contract value. This BG shall remain in force up to and
including 6 months after warranty period.
Page 102 of 193
c. Payment Schedule of OPEX for ITIA selected for Part B
Cost for support and maintenance shall be payable quarterly during the 4 years
support and maintenance period from the date of “Enterprise wide rollout – go live
date”. Quarterly instalments will be 1/16th of the total IT support and maintenance
cost. Payments will be subject to the Audit reports for that quarter. Bandwidth
charges and GPRS rental will also be payable against quarterly invoice. No limit
is defined for minimum FMS cost, however, quoted price shall be considered in
financial evaluation.
Phase Activity Payment
Schedule
Milestones
FMS ,
Bandwidth,
GPRS Sim
Rental
Support and
maintenance
Quarterly Cost for support and
maintenance will be
payable quarterly
during the 4 years
support and
maintenance period
from the date of
“Enterprise wide
rollout – go live date”
and only upon
fulfillment of SLA.
GCC 14.5 The currencies for payments shall be in Indian Rupees (INR).
GCC 16.1 The Supplier shall provide Performance Security of ten (10) percent of the total
Contract Price. The currency and amount of Performance Security shall be
specified at the time of awarding the contract to successful bidder.
The selected vendor for Part B of the project will give an additional contract
Performance Bank Guarantee equal to quoted FMS value (1/4 of that being
released every year on successful completion of FMS and other obligations each
year) shall be submitted by selected bidder to take care of any non-performance
during FMS period.
GCC 16.3 The Performance Security shall be in the form of Bank Guarantee issued by a
Scheduled Bank as notified by Reserve Bank of India
Page 103 of 193
GCC 21.2 The packing, marking and documentation within and outside the packages if
applicable shall be: As specified (if any) in Technical Specification
GCC 22.1 The insurance coverage: Goods supplied under the contract shall be also fully
insured on all risk basis during inland transit up to destination store in the
purchaser’s country. The supplier must insure the Goods in an amount equal to
110% of CIF/EXW price of Goods.
GCC 26.3 The period of validity of the warranty shall be 48 months from the date of
commissioning or 54 months from the date of delivery whichever is earlier.
GCC 26.5 In case any damage or defect is found during verification after receipt of material
at Purchaser’s stores or material develops defects within warranty period, the
supplier shall attend/replace such defects free of all charges within 30 days of
being notified by the Purchaser, of the occurrence of such defects. In case the
defect is not attended or replacement of material is not received within specified
period, then apart from encashing the performance security deposit, the Purchaser
may also take suitable penal action including debarring from all future business.
Page 104 of 193
12. Appendices
12.1. AGREEMENT: (To be done separately with ITIA’s to be appointed for Part A and
Part B of the project)
THIS AGREEMENT is made on this ________ (eg. 3rd) day of
________________________(eg. February), _____(eg. 2009), between
______________________________________of __________________________
(hereinafter called “the Purchaser”) which expression shall unless repugnant to the
context thereof include his successors, heirs, assigns, of the one part, and
__________________________________ of ______________________________
(hereinafter called “the Supplier”) which expression shall unless repugnant to the
context thereof include his successors, heirs, assigns, of the other part.
WHEREAS the Purchaser had invited bids for certain Goods and Related Services,
viz.,
___________________________________________________________________
_ (eg. Name of bid) vide their bid document number
__________________________________________, dated _______________
AND WHEREAS various applications were received pursuant to the said bid
AND WHEREAS the Purchaser has accepted a Bid by the Supplier for the supply of
those Goods and Related Services in the sum of
________________________________________________________ (hereinafter
“the Contract Price”).
And in pursuance of having accepted the said bid the parties have agreed to enter
into this agreement.
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as
are respectively assigned to them in the Contract referred to.
2. The following documents (collectively referred to as “Contract Documents”)
shall be deemed to form and be read and construed as part of this Agreement, viz.:
i. the Detailed award of contract;
ii. the Service level agreement;
iii. Instructions to Bidders
iv. the Special Conditions of Contract;
v. the General Conditions of Contract;
vi. the SRS document
vii. the Scope of Work;
viii. the Technical Specifications
Page 105 of 193
ix. the Purchaser’s Notification to the Supplier for Award of Contract;
x. Vendor’s response (proposal) to the RFP, including the Bid Submission Sheet
and the Price Schedules submitted by the Supplier;
xi. Appendix Unpriced-BOM, A to L, Price Bid Format;
xii. Acceptance of purchaser’s notification
In the event of any discrepancy or inconsistency within the Contract documents, then
the documents shall prevail in the order listed above.
3. In consideration of the payments to be made by the Purchaser to the Supplier
as indicated in this Agreement, the Supplier hereby covenants with the Purchaser to
provide the Goods and Related Services and to remedy the defects therein and bring
them in conformity in all respects with the provisions of the Contract.
4. The Purchaser hereby covenants to pay the Supplier in consideration of the
provision of the Goods and Related Services and the remedying of defects therein,
the Contract Price or such other sum as may become payable under the provisions of
the Contract at the times and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of ________________________ on the day, month and year
indicated above.
Signed by __________________________________________ (Authorised Utility
official)
Signed by __________________________________________________ (for the
Supplier)
Witness-1
Witness-2
Page 106 of 193
12.2. Performance Security: (To be provided by ITIA’s for both Part A and Part B of
the project)
(To be accompanied with the Bank Guarantee)
Date:
Contract Name and No. :
To:
WHEREAS _______________________________________ (hereinafter called “the
Supplier”) which expression shall unless repugnant to the context thereof include his
successors, heirs, assigns has undertaken, pursuant to Contract No. ____________
dated ________________, _______ to supply
__________________________________________ (hereinafter called “the
Contract”).
AND WHEREAS it has been stipulated by you in the aforementioned Contract that the
Supplier shall furnish you with a security ____________________ issued by a
reputable guarantor for the sum specified therein as security for compliance with the
Supplier’s performance obligations in accordance with the Contract.
AND WHEREAS the undersigned
________________________________________________________________,
legally domiciled in ________________________________
____________________________________________, (hereinafter “the Guarantor”)
which expression shall unless repugnant to the context thereof include his successors,
heirs, assigns have agreed to give the Supplier a security:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on
behalf of the Supplier, up to a total of
____________________________________________________ and we undertake
to pay you without protest and demur, upon your first written demand declaring the
Supplier to be in default under the Contract, without cavil or argument, any sum or
sums within the limits of ______________________ as aforesaid, without your
needing to prove or to show grounds or reasons for your demand or the sum specified
therein.
This security is valid until _________ hours of the ___________________ day of
__________________, _____.
Page 107 of 193
Name
In the capacity of
Signed
Duly authorized to sign the security for and on behalf of
Date
Page 108 of 193
Appendix Un-priced BOM
Category Sub
Category Type/Discription Unit
Quanitity to be
supplied Make Model
Hardware for Sub Division Office Infrastructure for Non RAPDRP areas
Switches Layer II Switch
Nos.
Routers
Router for MPLS/ VPN Network
Nos.
Cabling System
Cables, Jacks etc.
Nos. Workstation / Equipment Cords
Nos.
IP Telephony IP Phone Nos.
UPS and Battery System
UPS for Subdivision offices 5 kVA Nos. UPS for Other offices 3 KVA
Workstation PCs, Printers & Others
Workstation PC (With Computer chair &table) Nos. Bar Code Readers Nos. Laser Jet Printers for cashiers Nos. Multipurpose Network Printer Nos.
Additional Components
Anti Virus Nos
Windows CAL Nos
Exchange CAL Nos
Metering Infrastructure
Metering Infrastructure GPRS Modem Nos.
Bandwidth for DHBVN and UHBVN
Page 109 of 193
Item Description Type Unit Total
Quantity Make
Bandwidth for Sub division offices
Network Connectivity - Primary Link - MPLS - VPN for 4 years (2 MBPS)
For 4 Years MBPS
Network Connectivity - Secondary Link - for 4 years (512 KBPS)
For 4 Years MBPS
Bandwidth for other offices
Network Connectivity Charges for Primary link for3 years(512 kbps)
For 4 years MBPS
Bandwidth for DC and DR
Item Description Type Unit Total
Quantity Make
Total bandwidth Requirement at DC (Secondary)
For 4 Years MBPS
Total bandwidth Requirement at DR (Primary)
For 4 Years MBPS
Total bandwidth Requirement at DR (Secondary)
For 4 Years MBPS
Additional Replication Bandwidth DC-DR Primary
For 4 Years MBPS
Additional Replication Bandwidth DC-DR Secondary
For 4 Years MBPS
Additional Internet Bandwidth DC Primary
For 4 Years MBPS
Additional Internet Bandwidth DC Secondary
For 4 Years MBPS
Additional Internet Bandwidth DR Primary
For 4 Years MBPS
Additional Internet Bandwidth DR Secondary
For 4 Years MBPS
Bandwidth for DHBVN and UHBVN
SIMS Type Unit Qunatity Make
No.
of
Years
Nos. Rs.
GPRS Sim (Consumer Meters) Nos. 4
Page 110 of 193
Appendix A- Mandatory Technical Specifications As per applicability to Part A and Part B of the project, ITIA should provide
documentary proof of compliance of following specification. Where it is not possible to
submit any certified proof for the same, ITIA shall self-certify that it would comply with
the specification during implementation or provide justification that specification is not
applicable to its scope of work.
Table 1: (i) Mandatory Technical Specifications for Part A of the project
A Solution Specifications Validation
Through
(Certificate/
Document/ Self
Certify)
Available/
Not
available
A.1 The solution must be as defined in
Section 9.0. i.e. Scope of Work of RFP.
In case of any conflict with any provision
relating to the SRS document and the
RFP document, the provisions of the
RFP document shall prevail for all intents
and purposes.
Self-Certificate
(ii) Mandatory Technical Requirements for Part B of the project
A Solution Specifications Validation
Through
(Certificate/
Document/ Self
Certify)
Available/
Not
available
A.1 The solution must be as defined in
Section 9.0. i.e. Scope of Work of RFP.
In case of any conflict with any provision
relating to the SRS document and the
RFP document, the provisions of the
RFP document shall prevail for all intents
and purposes.
Self-Certificate
B Hardware Technical Specifications
B.1 The hardware solution shall meet the
performance criteria specified in the
contract.
Certificate
Page 111 of 193
A Solution Specifications Validation
Through
(Certificate/
Document/ Self
Certify)
Available/
Not
available
In case the offered hardware does not
meet the performance criteria, the
supplier must provide additional
equipments or upgrade the equipments
without any additional cost to the utility.
B.2 The supplier shall submit the data sheets
for each of the hardware model detailing
the specifications of the hardware.
Document
B.3 The hardware models shall be supported
by the hardware OEM for a minimum
period of next four years.
Self-Certify from
OEM
C Mandatory Requirements of OEM for
Hardware
C.1 The OEM vendor shall have ISO
9001:2000 and ISO 14000 certifications. Certificate
C.2
The OEM vendor shall have an annual
turnover more than Rs. 250 crores from
hardware business in each of the last
three financial years.
Document & Self
Certify
C.3
The OEM vendor shall have at least one
service center within the State with
sufficient infrastructure.
Self Certify with
address details
Page 112 of 193
Appendix B- Technical Specifications Mandatory Technical Specifications: Only applicable for Part B of the project.
Below sheet has to be filled by the bidder as its response to technical
specifications requirements and to be submitted along with the bid, in a CD (in
duplicate)
The hardcopy of the same should necessarily be submitted along with the
technical bid submission
1.0 VPN/ MPLS Wide Area Network
Number Description/Requirement
Supplier Response
(Compliant/Non Compliant)
1.1 General Guidelines
1.1.1
WAN shall be a TCP/IP based network on a high-performance packet forwarding
technology that integrates the performance and traffic management capabilities of data link layer (Layer 2) switching with the scalability, flexibility, and performance of network
1.1.2 The WAN will be built to incorporate any open standards available as per Open Systems Interconnection (OSI) model. The network should support seamless transformation and integration of protocols.
1.1.3 The WAN has to upgrade the network infrastructure/software to support new protocols adopted by Internet community as a continuous process without any additional cost. For
example, migration from IPv4 to IPv6 as and when the transition is required
1.1.4 WAN must use the hardware devices, such as Internet routers, terminal servers, Internet systems that interface to Ethernets, or datagram-based database servers, which support
open standards and have open Network Management System (NMS) support for monitor
1.1.5 WAN network equipment should have Ipv4 and IPv6 features.
1.1.6 WAN shall have the capability to run IP routing protocols like OSPF (Open Shortest Path Find) version 2, OSPF v3, RIP v2, RIPng, OSPF over demand circuit, IS-IS, BGP4
1.1.7 WAN may run any routing protocol (like OSPF, BGP) depending on the individual design criteria of the WAN. It is mandatory that the network should allow interaction between
multiple routing protocols for keeping a unified network reach ability table across
1.1.8 While two routing protocols are interacting to exchange routing updates, there should be
the capability to selectively filter certain routes for security reasons
1.1.9
WAN should be capable to provision IP multicast based services. The same would require the capability of running industry standard IP multicast protocols like Protocol Independent Multicast (PIM) Sparse Mode and Dense Mode, Multicast OSPF (MOSPF),
multicast BGP (MBGP) and DVMRP
1.1.10 WAN should have the multicast group management capability through Industry standard
protocols like Internet Group Management Protocol (IGMP) version 1, 2 and 3
1.1.11
The voice networking of WAN should be based on IP and should be designed in such a
way that a central call processing system is able to service phones at remote locations. WAN should have the voice conferencing solution deployed based on industry standard protocols
1.1.12 All communications happening over the various links within the WAN should be encrypted using standard protocols like IPSec, 3DES & AES to ensure highly secure communication
1.1.13 WAN should have adequate device for performing intelligent packet filtering, URL filtering, context based access control, blocking of malicious contents to maximize security
1.1.14 All equipments proposed shall ensure optimum throughput to take care of the connectivity requirements of the network including minimum bandwidth requirement and scalability in bandwidth
1.1.15 All networking equipments proposed shall support SNMP
1.1.16
The capacity of the links at various tier of WAN will be up gradable subject to actual
usage and utilization for the particular channel. The Bidder shall be responsible for regular monitoring of bandwidth utilization and generating reports at regular interval
Page 113 of 193
1.2 WAN for Circle and Division offices
1.2.1 All connectivity of distant locations will be directly to the Data centre
1.2.2 The proposed network has to be on a minimum 2 Mbps VPN connectivity
1.2.3 The various offices like circles, divisions and various other offices as per the requirement of the utility will be connected to Data Centre via VPN cloud of the Service Provider
1.2.4
The uplink WAN connection will terminate in a networking device, which will be
connected to the switch via security equipment, which will ensure the fully secure enterprise VPN.
1.3 WAN for Sub division offices
1.3.1 The Sub divisional Head Quarters would be connected to the Data centre through minimum 2 Mbps VPN connectivity from service provider along with ISDN line as back up connectivity
1.4 Authentication
1.4.1 RADIUS, including Challenge/Response
1.4.2 LDAP
1.4.3 Native local user database
1.4.4 Active Card (RADIUS)
1.5 Encryption
1.5.1 SSL v2.0, 3.0
1.5.2 TLS 1.0 (RFC 2246)
1.5.3 IPsec (AES)
1.6 Granular Auditing and logging
1.6.1 User sign-in and sign-out
1.6.2 Session timeouts, including idle and maximum length session timeouts
1.6.3 User file requests, uploads, downloads, etc.
1.6.4 User connects and disconnects via clientless telnet/SSH function
1.6.5 Web requests, every HTML request. Java Applet socket commands, etc.
1.6.6 Bytes transferred for client/server application requests
1.6.7 The SSL VPN box should log for : User/admin authentication success /failure, access
1.6.8
Number of simultaneous users at each one hour interval (logged on the hour), gateway
address, session ID, session time, and cause of termination, Any changes to the system, Session timeouts, including idle and maximum length session timeouts
1.7 End point security: (This facility would be deployed as and when required)
1.7.1 Native Host check before permitting access to the resources including without having any preloaded agent on the end point PC.
1.7.2
Pre-Specified checks such as Antivirus update, Spyware, Ports check, process check,
File check, Registry check, Software version check like antivirus version and custom checks based on user flexibility.
1.7.3 Authentication parameter including username password, digital certificates, RSA token.
1.8 Access Privilege Management
1.8.1
The SSL VPN should permit access to a user based on : Dynamic Authentication: Source IP, Network Interface (internal/external), Digital
certificate, Endpoint Security - Host Checker/Cache Cleaner, User Agent (Browser), Sign-in URL SSL version and cipher
1.9 Role Definition
1.9.1
The following can be used to determine the identity of the user - User name - User attribute(s)
- Certificate attribute(s) - Groups (static, dynamic)
1.9.2
Role Mapping based on Simple expressions (AND Based) combining identity plus
restrictions: - Source IP - Digital certificate Endpoint Security
- Host Checker/Cache Cleaner - User Agent (browser) - Time of Day
- Login Time Authentication Type (e.g. dual factor) - Network Interface (external/internal)
1.9.3 Role mapping rules can by dynamically or periodically evaluated upon administrator's configuration changes and upon demand
1.10 Performance, High Availability and Scalability
Page 114 of 193
1.10.1 The SSL VPN solution should support hardware-based SSL acceleration for RC4, 3DES and AES encryption.
1.10.2 The SSL VPN solution should support software based compression for all traffic (HTTP, file, client/server application) enabling rapid response times even at very high concurrent
user loads
1.10.3 Support for High Availability of SSL VPN appliance
1.10.4 The SSL VPN units that are part of a cluster communicate session and database information among them for stateful failover. Stateful synchronization should be done for configuration, policy, profile, and session
1.11 Single Sign-on
1.11.1 Standards-based interface for extensive integration with password policies in directory stores (LDAP, Active Directory, NT, etc.)
1.11.2 Ability to pass user name, credential and other customer defined attributes to the authentication forms of other products (HTTP POST)
1.11.3 Ability to pass user name, credential and other customer defined attributes as header variables
1.11.4 Cookie Based, Basic Auth (W3C)
1.11.5 Support for multiple host names from the same appliance, as well as support for multiple customisable sign-in pages
1.11.6 Modes of operation: Clientless –Browser based Client : For client server access
1.11.7 Full Network access should also be supported with end point security.
2.0 IMPLEMENTATION PLAN
Number Description/Requirement
Supplier
Response (Compliant/Non
Compliant)
2.1 General
2.1.1 All network drops will be a dual drop of Category 6 rated cable. This configuration will support current application and present an additional growth capability.
2.1.2 The network drops will be terminated in compliance with Category 6 or higher specifications to two RJ45 jacks and labeled with IDF No., Panel No. (where applicable) and jack ID numbers.
2.1.3 All cable that runs back to cable telecom closets will be terminated on a Category 6 rated patch panel, clearly labeled for each jack
2.1.4 The cabling contractor should provide cable certification reports and warranty statements to verify each Category 6 drop.
2.1.5 Copper/UTP Category 6 cable runs exceeding 295 feet will be deemed unacceptable, as
they would be out of specification with regard to the EIA/TIA 568x specification
2.1.6
The maximum permitted horizontal distance is 90 meters (295’) with 10 meters (33’)
allowed as the total cumulative length for patch cables, jumpers cords, etc. (Total maximum length not to exceed 100 meters)
2.1.7 Horizontal cables are Category 6 or (XL-7) or higher rated 4-Pair /100 Ohm UTP cables
2.1.8 Copper cabling must have all four pairs terminated and pairs must not be split between jacks.
2.2 Required Installation Practices To Be exercised By The Contractors
2.2.1 Cable and cable bundles will not be attached to any electrical wiring or light fixtures, nor will its vertical deflection allow it to come in contact with ceiling grids, HVAC mechanical controls, fluorescent light fixtures, or drainage line piping.
2.2.2 All cables terminating at the distribution frame will be vertically straight with no cables crossing each other from twelve inches the ceiling area to the termination block
2.2.3
All MDF/IDF tie and station cable bundles will be combed and bundled to accommodate
individual termination block rows. Each cable or cable bundle will be secured to both the distribution frame and the structure to which the frame anchor points placed a maximum of nine inches apart starting at the center of the top of the termination block
2.2.4 For any given MDF/IDF, a horizontal and vertical alignment for all mounting hardware will
be maintained, providing a symmetrical and uniform appearance to the distribution frame
2.2.5 Contractor will firmly secure any surface mount device, including station cable
termination plates/jacks
Page 115 of 193
2.2.6 MDF/IDF, station cables, and tie a cable refers to distribution frames and cabling located inside the building as defined in any scope of work. All station cables in offices or work
areas will be installed behind the wall or inside provided floor or duct channels
2.2.7 Station cables will terminate on jacks as per the system requirements or specified by owner. All terminations will be made to Category 6 standards. It is the responsibility of
the Contractor to understand and comply with these requirements
2.2.8
IDF/MDF termination racks and panels will be mounted vertically or horizontally (if any
required) with a uniform spacing between each row of panels and jacks. Cable management will be mounted on the top, sides, and front as required to provide a symmetric
2.2.9
All Node Desk Top Station Cables shall meet the following criteria : • Category 6 Plenum cables will be installed for all interior environments. • All patch and station will be terminated on panduit Category 6 rated RJ45 jacks.
• All patch and station cables will be kept to a minimum length in order to keep the channel distance within the 100meter specification, as set by the EIA/TIA. • All data cable installations shall meet Category 6 Standards from the originating IDF to
the furthest remote cable termination point
Supplemental equipment refers to the different types of hardware, brackets racks and attachments required installing the cabling in the Data center complex distribution system
per these specifications.
2.2.10
All IDF/MDF wall mount racks shall include at minimum: - Vertical front and back cable management along watch side of rack
- Horizontal cable management at top of rack and every 48-72 jacks, or 72 port panel, thereafter. - Horizontal rack-mount surge protector including 12ft. cord for standard household
220V/15A power, On/Off switch, circuit breaker, and minimum 6 standard Multipurpose AC outlets. (To be installed in racks housing electronic equipment.)
2.2.11
All IDF/MDF floor mount racks will include at minimum :
- Secure attachment to building floor at bottom - Secure attachment to wall via ladder attachment to rack - Vertical front and back cable management along each side of rack
- Horizontal cable management at top of rack and every 48-72 jacks, or 72 port panel, thereafter. - Horizontal rack-mount surge protector including 12ft. cord for standard household
220V/15A power, On/Off switch, circuit breaker, and minimum 6 standard Multipurpose AC outlets. (To be installed in racks housing electronic equipment.)
2.2.12
• All IDF/MDF floor mount racks will include at minimum: - Access for mobility and service needs. - Leveling feet/pads for stability when not being serviced
- Vertical front and back cable management inside each rack - Adequate ventilation mechanism, including top-mount exhaust fans - Horizontal cable management inside of and at top rack and every 48-72 jacks, or 72
port panel, thereafter. - Horizontal rack-mount surge protector including 12ft. cord for standard household 220V/15A power, On/Off switch, circuit breaker, and minimum 6 standard Multipurpose
AC outlets. (To be installed in racks housing electronic equipment.)
2.2.13
The Contractor will provide a complete and final location table and spreadsheet indicating all wall jack locations including the following information: jack numbers, room
number, wall orientation per jack number North, South, East, or West, or Power Pole if applicable), landmark orientation and distance. Cable Installation through the floor will be released to meet applicable codes
2.2.14 The cabling system is not considered Category 6 complaint unless all cabling components satisfy the requirements for Category 6 UTP installation practices and certified
2.2.15 All UTP shall be installed according to the TIA/EIA standard regarding color codes,
labelling and documentation
2.2.16 The amount of untwisting when terminating Cat 6 jacks or panels is according to EIA/TIA parameters for Category 6 installations
2.2.17 The bend radii should not be less than the specification set by the EIA/TIA for Category 6 installations
2.2.18
Conduit or duct may be required for some projects. Any wire molding required shall be of
the non-adhesive-backed type using metal fasteners for attachment. Wall molding must be installed for all exposed cabling in marked areas
Upon completion, the Contractor will provide the following documentation:
2.2.19
1. A document indicating the MDF and IDF cable count assignments. § Test results of all cable plans and distances between MDF, IDF, and MDF/IDF to Station Termination locations.
2. An updated cabling location table indicating: § Cable drop label/Identifier § Location of each drop by room number/location point.
§ Location of each drop by north, south, east, or west wall, or power pole where applicable § Location of each drop by orientation/permanent landmark in the room
Page 116 of 193
§ A corresponding cross-reference for each drop identifying the source IDF/MDF identifier
§ A corresponding cross-reference for each drop identifying the source IDF/MDF building(s) § A corresponding cross-reference for each drop identifying the source IDF/MDF floor
§ A corresponding cross-reference for each drop identifying the source IDF/MDF room number § All information contained in the cabling location table will be delivered to owner via both
hard-copy/paper and electronic format. § One hard copy of each updated cabling location table will be pasted in the location-wiring closet (IDF/MDF), attached to or inside the rack or enclosure.
§ All documentation becomes the property of owner. § All document costs must be itemized and included in the quoted price for each project. 3. An updated floor-plan providing visual identification of the drops or IDFs added for the
installation (s) at the site : § Owner will provide, where/when a available, a floor-plan for the purpose of updating
owner drawings. § If a floor-plan does not exist for a site, contractor should create a reasonably accurate
hand-drawn floor—plan of the building and floors to be affected by the installation, attaching accurate dimension and orientation markings.
2.3 Fiber Optic Installation Requirements
2.3.1 Fiber optic cable shall be tight-buffered construction, all dielectric, with no metallic components of any kind. Outer cable sheath construction will be of NEC 8300 Rated OFNP (PLENUM) Jacket- Flame retardant material.
2.3.2 Each buffer tube within a cable must be color coded with none of the same colors appearing in one cable. Each fiber within a buffer tube must be color coded with none of the same colors appearing in the same buffer tube.
2.3.3 Jumpers will be premium performance two-fiber dual sub-unit cable, OFNR or OFNP
classified round type for routing inside cabinet spaces.
2.4 Terminations/ Connections / Splicing
2.4.1 Entire cable runs will be installed in one continuous length from bulkhead connector to bulkhead connector, including coiled loops, without splices or repairs.
2.4.2 Individual mated connector pair loss will be less than or equal to 0.20 dB.
2.4.3 All fiber distribution panels will have plastic dust caps on each unused fiber termination.
2.4.4 Multimode fiber patch cables will be terminated with ‘ST’ connectors and in accordance
with industry standards
2.4.5 Bulkhead distribution cabinets must have phenolic labels showing cable numbers and far end location for each cable terminated in the cabinet.
2.4.6 Cable installation shall meet all manufacturer specifications for tensile loading, bend radius, and vertical rise. All pulls involving a winch must be monitored for tension and cannot exceed the maximum tensile rating.
2.4.7 Lubricants may be used to facilitate pulling of cables but the lubricant must not be harmful to the cable, the raceway or humans
2.4.8 A swivel-pulling head must be used on all pulls to prevent twisting of the cable as it is
pulled into place.
2.4.9 Fiber-optic cable and inter-ducts installed in a cable but the lubricant must not be harmful to the cable tray should be fastened to the tray with UV resistant tie wraps at loft
intervals.
2.4.10 Each time a cable enters a cabinet or junction box it must be securely tied down with cable ties
2.4.11 No individual exposed fibers will be permitted.
2.4.12 Cable entrances into equipment or cabinets must be protected with insulated bushings or grommets.
2.4.13 A minimum of ten feet of extra cable should be coiled as a service loop at the end of
each run
2.4.14 Two, one-meter lengths of cable, cut from each reel of cable supplied, will be provided to owner as permanent retention samples. These samples are to be neatly tagged with the
manufacturer’s cable numbers, serial number, and reel number.
Page 117 of 193
3.0 Local Area Network
Number Description/Requirement
Supplier
Response (Compliant/Non
Compliant)
3.1 LAN Network setup should be planned for high-speed connectivity to the servers, with
non-blocking design
3.2 LSN should be able to handle congestion of traffic and manage the bandwidth available during peak load
3.3 The network equipment shall be highly reliable providing 99.99% uptime
3.4 The reliability should be provided at the levels including cabling infrastructure, active components, on link level, redundant cabling
3.5 The bidder shall identify the point of failures in active component; define multiple logical paths, load balancing and QOS implementation.
3.6 Reference Standards for Ethernet Switches should comply with IEEE, RFC’s and standards accordingly for features specified against different switches as specified in
RFP document
3.7 References and standards for Structured Cabling system should be compliant with standards specified in RFP document
4.0 Cabling System and Component Specifications
Number Description/Requirement
Supplier
Response (Compliant/Non
Compliant)
4.1 Specifications of UTP Cabling System
4.1.1 The specification of UTP Cabling system should be meet standards as specified below:
i Type Unshielded twisted pair cabling system, TIA / EIA 568-B.1 addendum Category 6 Cabling system
ii Networks Supported 10 / 100 Ethernet, 155 Mbps ATM, 1000 Mbps IEEE 802.3ab Ethernet, and proposed Cat 6 Gigabit Ethernet
iii TIA / EIA 568-B.1 ETL Verified
iv IEEE 802.3ab Zero-bit Error, ETL verified
v Warranty 25-year systems warranty; Warranty to cover Bandwidth of the specified and installed cabling system, and the installation costs
vi
Performance
characteristics to be provided along with bid
Attenuation, Pair-to-pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss, ACR and PS ACR for 4-connector channel
4.1.2 The specification of UTP Cable should be meet standards as specified below:
i Type Unshielded Twisted Pair, Category 6, TIA / EIA 568-B.2
ii Conductors 24 AWG solid bare copper
iii Insulation Polyethylene
iv Separator Should be a cross filler. Any other filler type, like bi-directional strip would not be acceptable.
v Jacket Flame Retardant PVC
vi Approvals
UL Listed
vii ETL verified to TIA / EIA Cat 6
viii Operating temperature
-20 Deg. C to +60 Deg. C
ix Frequency tested up to
600 MHz
x Packing Box of 305 meters
xi Delay Skew 25ns / 100m MAX.
xii Impedance 100 Ohms + / - 15 ohms
Page 118 of 193
xiii
Performance characteristics to be
provided along with bid
Attenuation, Pair-to-pair and PS NEXT, ELFEXT and
PSELFEXT, Return Loss, ACR and PS ACR
4.1.3 The specification of UTP Jacks should be meet standards as specified below:
i Type PCB based, Unshielded Twisted Pair, Category 6, TIA / EIA 568-B.2
ii Modular Jack 750 mating cycles
iii Wire terminal 200 termination cycles
iv Accessories Strain relief and bend-limiting boot for cable
v Integrated hinged dust cover
vi Housing Poly-phenylene oxide, 94V-0 rated
vii Wiring blocks Polycarbonate, 94V-0 rated
viii Jack contacts Phosphorous bronze, plated with 1.27micro-meter thick gold
ix Approvals UL listed
x Performance Characteristics to be
provided with bid
Attenuation, NEXT, PS NEXT, FEXT and Return Loss
xi The specification of UTP Jack Panels should be meet standards as specified below:
xii Type 24-port, Modular, PCB based, Unshielded Twisted Pair,
Category 6, TIA / EIA 568-B.2
xiii Ports 24, upgradeable to intelligent jack panel
xiv Port arrangement Modules of 6-ports each
xv Category Category 6
xvi Circuit Identification Scheme
Icons on each of 24-ports
xvii Port Identification 9mm or 12mm Labels on each of 24-ports (to be included in
supply)
xviii Height 1 U (1.75 inches)
xix Modular Jack 750 mating cycles
xx Wire terminal (110 block)
200 termination cycles
xxi Accessories Strain relief and bend limiting boot for cable
xxii Housing Polyphenylene oxide, 94V-0 rated
xxiii Wiring blocks Polycarbonate, 94V-0 rated
xxiv Jack contacts Phosphorous bronze, plated with 1.27micro-meter thick gold
xxv Panel Black, powder coated steel
xxvi Approvals UL listed
xxvii Termination Pattern TIA / EIA 568 A and B;
xxviii
Performance Characteristics to be
provided along with bid
Attenuation, NEXT, PS NEXT, FEXT and Return Loss
4.1.5
The specification of faceplates should be Surface Mount Face Plate & Box with CAT6
Work Area Data I/O Outlet (RJ45) adhering to EIA/TIA-568-B2.1, ISO/IEC 11801(2002) and CENELEC EN50173-1 (2002) specifications
i Type 1-port, White surface box
ii Material ABS / UL 94 V-0
iii No. of ports One
4.1.6 The specification of Workstation / Equipment Cords should be meet standards as specified below:
i Type Unshielded Twisted Pair, Category 6, TIA / EIA 568-B.2
ii Conductor 24 AWG 7 / 32, stranded copper
iii Length 7-feet for workstation and 3feet for Jack panel/equipment
iv Plug Protection Matching colored snag-less, elastomer polyolefin boot
v Warranty 25-year component warranty
vi Category Category 6
vii Housing Clear polycarbonate
viii Terminals Phosphor Bronze, 50 micron gold plating over selected area and gold flash over remainder, over 100 micron nickel under plate
Page 119 of 193
ix Load bar PBT polyester
x Jacket PVC
xi Insulation Flame Retardant Polyethylene
4.2 Specifications for Fiber Optic Cabling Systems
4.2.1 The specification of Fiber optic Cable should be meet standards as specified below:
i Cable Type 24-core, Single Mode, Armored, Loose-tube, Gel filled
ii Fiber Type Single Mode, 9 / 125, 250 micron primary coated buffers
iii No. of cores 24
iv Armour Corrugated Steel Tape Armour
v Cable Construction Type
BELLCORE GR 20 / IEC 794-1
vi @ 1310nm 0.45 db/KM
vii @1500nm 0.4 dB/KM
viii Tensile rating 1200N
ix Maximum Crush
resistance 3000N
x Operating Temperature
-40 Degree C to +60 Degree C
4.2.2 The specification of Fiber Optic Connectors should be meet standards as specified below:
i Cable Type 24-core, Multimode, OM3, Armoured, loose-tube, Gel Filled
ii Fiber type- Laser Grade
50 / 125, OM3, 250 micron primary coated buffers
iii No. of cores 24 corrugated Steel Tape Armour
iv Cable Construction BELLCORE GR 20 / IEC 794-1
v Attenuation
vi @850nm 3.5 dB / KM
vii @1300nm 1.5 dB / KM
viii Bandwidth
ix @850nm 1500 MHz-KM
x @1300nm 500 MHz-KM or higher
xi Network Support
xii 10 / 100 Ethernet 2000m
xiii 155 Mbps ATM 2000m
xiv 1000 Base SX 900m
xv 1000 Base Lx 550m
xvi 10G SR 300m
xvii 10G X4 300m
xviii Tensile rating 1200N
xix Maximum Crush resistance
3000N
xx Operating Temperature
-40 Degree C to +60 Degree C
xxi Armour Corrugated Steel tape Armour
4.2.3 The specification of Fiber Optic Patch panels should be meet standards as specified below:
Connector Type SC-Style, Simplex
i Operating temperature
-40 Degree C to +85 Degree C
ii MM connectors 500 cycles, Beige
iii SM connectors 220 cycles, Blue
iv Ferrules Pre-radiused Ceramic Ferrules
v Attenuation Not more than 0.75 dB per mated pair
SC – SC/ST Multimode patch chord
i Cable type 2 Core Multimode
ii Fiber type Multimode 50/125 250 micron primary coated buffers
iii No of cores 2 Cable construction Type PVC outer jacket
Page 120 of 193
iv Attenuation @1310nm Return loss > 20 dB, Insertion loss < 0.3 dB, Factory test report to be included with supply
v Tensile rating 1200N
vi Maximum crush resistance
3000N
vii Operating Temperature
-40 Degree to + 60 Degree
SC – SC single mode patch chord
i Cable type 2 Core single mode
ii Fiber type Single mode 9/125 250 micron primary coated buffers
iii No of cores 2 Cable construction Type PVC outer jacket
iv Attenuation @ 1310nm 0.5dB max insertion loss and 55dB Min Return Loss,
Factory test report to be included with supply
v Tensile rating 1200N
vi Maximum crush
resistance 3000N
vii Operating Temperature
-40 Degree to + 60 Degree
viii The specification of Fiber Optic Patch Panels should be meet standards as specified below:
ix Fiber optic patch panel
19-inch, Rack mounted Fiber optic patch panel, upgradeable to intelligent patch panel
x Height 2 U, 3.5 inches
xi # of fibers 24
xii # of OSP Cables for termination
Minimum 2
xiii Grounding 2 Nos. of earthing lugs, pre-loaded
xiv Cable Management rings
Front and rear cable management rings, pre-loaded
xv # of 6-port / 12-port
adapter plates 4 / 4 Max.
xvi Fiber optic patch panel
Wall mounted Fiber optic patch panel
xvii Dimension 12cmX10cmX38cm (HXDXW)
xviii # of fibers 24
xix # of OSP Cables for
termination Minimum 2
xx # of 6-port / 12-port adapter plates
4 / 4 Max.
4.2.4 The specification of Fiber Optic Adapter plates should be meet standards as specified below:
i Fiber Optic adapter plate
6-port, SC-Style, SM & MM
ii Attenuation Max of 0.75 dB per mated pair
4.2.5 The specification of Fiber Optic Patch cord should be meet standards as specified below:
i Fiber Optic Patch
cord SC-SC, SM &MM
ii Insertion Loss Less than 0.5db
iii Return Loss More than 50 db
Page 121 of 193
5.0 Switches
Number Description/Requirement
Supplier Response
(Compliant/Non
Compliant)
5.1 General
5.1.1
All active LAN components such as switches, offered shall be of the same
Make/manufacturer and shall be covered under same back-up guarantee from the same OEM, to ensure full compatibility, inter-working and inter-operability.
5.1.2 The minimum no of switches offered shall be as follows
1) Layer II switch – 1no
5.2 Common to all switches
5.2.1 All switch chassis shall be modular & rack mountable
5.2.2 The chassis configuration shall provide to 3 free slots for future expansion after full port module configuration and with redundant switch fabrics, control modules, CPU cards and its operating Software /Supervisors
5.2.3 The chassis shall provide shared memory architecture and hot swappable modules.
5.2.4 The chassis should support interfaces for 100BASE-FX, 10/100 BASE-TX,
10/100/1000BASE-T , 1000BASE-SX,-LX, and long haul (-LX/LH, -ZX) full duplex.
5.2.5 All the ports on the Switch shall be offered with requisite connecting cables and Trans-receivers, if any for termination on Jack/Patch Panel.
5.2.6 The switch should support the following protocols:
i IEEE 802.3ad Link Aggregation or Equivalent IEEE 802.1p (Priority Queues)Gateway Load balancing protocol Hot standby routing protocol
ii
Auto negotiation for link speed negotiation IEEE 802.1Q VLAN Tagging/Trunking IEEE
802.1d multiple Spanning Tree group, A minimum of 20 instance of spanning tree groups is desired on layer 3 chasis.
iii Should provide for fast convergence of spanning tree.
iv
IEEE 802.3ad Link Aggregation or equivalent should provide for at least 8 ports grouped in single logical link. Link aggregation shall be supported from other switches or across
the similar chassis. Servers and Switches connectivity from switch should be configurable on load sharing layer2 link aggregation. Switch shall also provide configuration for port mirroring and 9000 byte jumbo Frame support for Gigabit ports
v IEEE 802.1w -Quick Convergence Spanning Tree
vi IEEE 802.1S-Multiple Instances of Spanning Tree
vii IEEE 802.3u Fast Ethernet
viii IEEE 802.3x Flow Control
ix IEEE 802.3z Gigabit Ethernet
x Multi-Homing Support, Multicast Support & Multicast must be supported at Layer 2 in
hardware so that performance is not affected by multiple multicast instances
5.2.7 Switch should have policy based quality of services
i
Switch should support traffic classification based on Layer2, Layer 3 and Layer 4 parameters like ingress port, Ether Type (IP/IPX), VLAN ID, IP (RFC 2474 and RFC 2475)protocol type, Source IP addresses, Destination IP addresses, Source TCP/UDP
ports, Destination TCP/UDP ports
ii QoS based on classification, marking, prioritization and scheduling
iii
Bandwidth Engineering & Management – Per Port Minimum, Black-hole (Blocking), excess bursting, shaping Support for L3/L4 filtering capabilities for inter VLAN traffic, VTP for VLAN management, Private & Dynamic VLAN support, High Priority Transmit
Queuing, Support for multiple WRED drop thresholds per queue
Page 122 of 193
iv QoS-based forwarding based on IP precedence
v QoS implementation should support all 64 DiffServ Code Points (DSCP) and all 4 DiffServ Classes. QOS support for 8 hardware queues per port. Strict priority and Weighted priority mechanisms for queuing and scheduling
vi IEEE 802.1p User Priority should be supported IEEE802.1p to DiffServ mapping also needs to be supported. Diffserv,IGMP
5.2.8 Switch should have following management features :
i At least 5 levels of Management access to the switch for http, rlogin, telnet, snmp, rsh
access to the switch.
ii SNMP Support: RFC1157 SNMP v1/v2c
iii TFTP Upload/Download
iv Port Mirroring: Port to Port, VLAN to VLAN, Bi-Directional
v RMON: 4 Group (Statistics, Alarm, Events, History), on every port, no impact to performance
vi Switch must be remotely managed with SSH support via one telnet session for all module configuration
vii Should have functionality to add new features by upgrading only the central switching processor
viii Switch should support Remote SPAN feature to direct traffic from remote switch to the
snooping device connected to central switch
ix Policy Based Management
x Provisioned and Dynamic Policies at Layers 1-4 for QoS and Security
xi Real Time Multi-Port Statistics
xii Mac/IP Address Finder
xii Device and Port Groupings for Navigation and Policy Management
xiv Private and Enterprise MIB
5.2.9 Switch should have following security features:
i should provide for User level security – Discard unknown MAC addresses on the switch.
ii Layer 3 /4 Access Control Lists (ACLs) standard and extended Support for IEEE 802.1x authentication for edge control against denial of service attacks and other management control policy.
iii Security (User Access): Internal DB/External RADIUS /TACACS+, Support for IPSec protocol support, Configuration Change Tracking, System Event Logging, Syslog
5.2.10
Packet filtering at the Network IP filtering using “deep” packet filtering with level should
be supported support for Layer 4 parameters and even content based filtering. RADIUS authentication needs to be supported for switch access.
5.3 Switches
5.3.1 The switch should support 10/100 Mbps Ethernet ports.
5.3.2 The switch should support Gigabit Ethernet ports on fiber or copper
5.3.3 The switch should have the support for 10-Gigabit Ethernet ports
5.3.4 The switch shall support WDM (Wave Division Multiplexing) for Optical networking
5.3.5 The switch shall support FAN redundancy & switch fabric redundancy
5.3.6 The vendor should indicate 1. The back plane speed of the offered switch 2. Port densities Support
Page 123 of 193
3. Switching Latency 4. L3 forwarding rate
5. No. of MAC Addresses supported 6. No of VLAN supported
5.4 Layer II Switch
5.4.1 The switch should support 10/100 Mbps Autosensing UTP Ports and 1000 Mbps Gigabit
Ethernet 1000BaseSX ports.
5.4.2
The vendor should indicate 1. The back plane speed. of the offered switch
2. Port densities Support 3. Switching Latency 4. L3 forwarding rate
5. No. of MAC Addresses supported 6. No of VLAN supported
6.0 Routers
Number Description/Requirement
Supplier
Response (Compliant/Non
Compliant)
6.1 System features
6.1.1
The Routers shall be compatible with Owners existing Wide Area Network. The Wide
Area Links are planned for 2Mbps or higher Bandwidth capacity on leased circuits from ISPs (BSNL, MTNL etc.)
6.1.2 Equipped with Redundant Power Supply Unit (RPSU)
6.1.3 Routers shall be configurable and manageable through local console port, http interface, NMS software and as well through Telnet
6.2 Features of Central Router For MPLS/ VPN Network
6.2.1 Support for Layer 3 MPLS VPN connection.It shall support PPP /Frame Relay transport over MPLS.
6.2.2 In-built monitoring and diagnostics to detect failure of hardware
6.2.3 LED/LCD indication for monitoring Operational status of each module
6.2.4 Configuration Changes without Rebooting
6.2.5 High MTBF & low MTTR
6.2.6 Rack Mountable on to 19"Racks
6.2.7 Chasis should have the following specification:
i
Shall be provided with configurable slots for interface Modules. All the modules in the
Router shall be Hot Swappable Module
ii Provided with Redundant Power Supply Unit. Single Power supply should support fully loaded Chassis
iii Provided with high speed Redundant CPU with distributed /Shared Memory architecture
iv Dual Flash support. It shall be possible to upgrade the FLASH to enhance the router software functionality
6.2.8 128 MB DRAM, 16 MB FLASH Memory
6.2.9 RS 232 I/F Console Port
Page 124 of 193
6.2.10 LAN Port: 8 Port of 10/100/1000BaseT and 8 Port 1000Base X ports
6.2.11
32 Serial ports with synchronous speed up to 2Mbps and with interface support for V.35, V.24 Ports (to be interfaced to leased circuits or SCPC / MCPC available on Multiplexer).
2x 4nos. of G.703 Ports 75 Ohm. 2x 4port ISDN PRI channelised E1 interfaces for 120 Ohm G.703 I/f . Additional Module/Modules for 8 Serial Port as Spare
6.2.12
I/f Cable: for all the WAN ports Connector Cable for connecting to SCPC / MCPC’s/leased E1- V.35 Port (DB25 Connector) shall be prepared as per Pin Details to
be given by owner
6.2.13 Sufficient free slots to accommodate additional 16 (min.) Serial Ports
6.2.14 TCP/IP, IPversion6 support, NAT Support as per 1631
6.2.15
Routing Protocols: RIPv2, OSPFv2 (RFC1583 & RFC 1793), OSPF on demand, BGP,
BGP4 with CIDR implementation as per RFC 1771. The implement should be compliant as per RFC1745 that describes BGP4/IDRP IP OSPF interaction. It shall provide Policy routing to enable changes to normal routing based on characteristics of Network traffic.
ISIS protocol support
6.2.16 Bridging & Tunneling Transparent, Spanning Tree Algorithm, Auto Learning Protocols: L2TP, PPTP capability
6.2.17
WAN Protocols: Frame Relay (LMI & Annex.D & ITU Annex A), PPP (RFC1661), Multi-link PPP (RFC1717), HDLC/LAPB, Frame Relay support shall include Multi-protocol encapsulation over Frame relay based on RFC1490, RFC 1293 for Inverse Arp/IP, DE bit
support
6.2.18 Should have following features for Network management:
i
SNMP, SNMPv2 support with MIB-II. and SNMP v3 with and Security authentication. Implementation control configuration on the Router to ensure SNMP access only to
SNMP Manager or the NMS work Station.
ii Asynch. Serial Port. RMON 1 & 2 support using service modules for Events, Alarms, History.
iii Shall support multilevel access.
iv Shall be Manageable from any Open NMS platform.
v Shall support for telnet,ftp,tftp and web enabled Management.
vi Should have debugging facility through console.
vii
Authentication support shall be provided via RADIUS (Remote Authentication Dial-IN User Service), AAA support, PAP/CHAP, 3DES/IPsec encryption with hardware based encryption services using VPN module.
viii IP Fire Services via Firewall Module. IDS Services via Service Modules
6.2.19 It should have the following Optimization features:
i
Data Compression for both header and payload to be supported for X.25, Frame Relay and Leased/Dial-up WAN Links. Dial restoral on lease link failure Dial on demand or congestion, Load Balancing.
ii
Support for S/W downloads and quick boot from onboard Flash. Online software re-configuration to implement changes without rebooting. Should support Network Time Protocol for easy and fast synchronization of all Routers
6.2.20 It should have the following QoS Support features:
i
RSVP (Resource Reservation Protocol as per RFC 2205), IGMP (Inter Group Management Protocol Version 2 as per RFC 2236, Multicast Routing support DVMRP, MOSPF, MBGP, etc. Policy routing ( It shall be possible to affect the normal routing
process for specific mission critical traffic through specified alternate routes in the network.
ii
A class based scheduling, Priority Queuing mechanism that shall provide configurable
minimum Bandwidth allocation to each class and IP Precedence.
Page 125 of 193
iii
Congestion Avoidance – Random Early Detection (RED). Support for Differentiated
Services as per RFCs 2474, 2475, 2598 & 2597
6.2.21 720 Gbps Backplane
6.2.22 Switching Performance: 30MPPS upgradeable to 400Mpps
6.3 Requirements for Router at each Utility Office
6.3.1 Flash: Default 8MB and maximum 72MB
6.3.2 SDRAM: Default 64MB and maximum 320MB
6.3.3 Console Port: RS 232 I/F
6.3.4 LAN port requirements as per SRS Document
i Two fixed 10/100M high speed Ethernet ports
ii Two fixed high-speed synchronous ports
iii One Port ISDN BRI-S/T interface
iv One AUX
6.3.5
Network Protocol: TCP/IP and support for IPversion6 . Shall provide IP address
Management via NAT Support as per RFC 1631
6.3.6
Routing Protocols: RIPv2, OSPFv2 (RFC1583 & RFC 1793), OSPF on demand, BGP, BGP4 with CIDR implementation as per RFC 1771. The implement should be compliant
as per RFC1745 that describes BGP4/IDRP IP OSPF interaction. It shall provide Policy routing to enable changes to normal routing based on characteristics of Network traffic. ISIS protocol support.
6.3.7 Bridging & Tunneling Protocols: Transparent, Spanning Tree Algorithm, Auto Learning L2TP, PPTP capability
6.3.8
WAN Protocols: Frame Relay(LMI & Annex.D & ITU Annex A), PPP (RFC1661), Multi-link PPP (RFC1717), HDLC/LAPB, Frame Relay support shall include Multi-protocol encapsulation over Frame relay based on RFC1490, RFC 1293 for Inverse Arp/IP, DE bit
support
6.3.9 Should have following features for Network management:
i
SNMP, SNMPv2 support with MIB-II. and SNMP v3 with and Security authentication. Implementation control configuration on the Router to ensure SNMP access only to
SNMP Manager or the NMS work Station.
ii Asynch. Serial Port. RMON 1 & 2 support using service modules for Events, Alarms, History.
iii Shall support multilevel access.
iv Shall be Manageable from any Open NMS platform.
v Shall support for telnet,ftp,tftp and web enabled Management
vi Should have debugging facility through console.
vii
Authentication support shall be provided via RADIUS (Remote Authentication Dial-IN User Service), AAA support, PAP/CHAP, 3DES/IPsec encryption with hardware based
encryption services using VPN module.
viii IP Fire Services via Firewall Module. IDS Services via Service Modules
6.3.10 It should have the follwing optimization feature:
i
Data Compression for both header and payload to be supported for X.25, Frame Relay and Leased/Dial-up WAN Links. Dial restoral on lease link failure Dial on demand or congestion, Load Balancing.
Page 126 of 193
ii
Support for S/W downloads and quick boot from onboard Flash. Online software re-configuration to implement changes without rebooting. Should support Network Time
Protocol for easy and fast synchronization of all Routers
6.3.11 It should have following features for QoS
i
RSVP (Resource Reservation Protocol as per RFC 2205), IGMP (InterGroup Management Protocol Version 2 as per RFC 2236, Multicast Routing support DVMRP,
MOSPF, MBGP etc. Policy routing ( It shall be possible to affect the normal routing process for specific mission critical traffic through specified alternate routes in the network.
ii A class based scheduling, Priority Queuing mechanism that shall provide configurable minimum Bandwidth allocation to each class and IP Precedence.
iii Congestion Avoidance – Random Early Detection (RED). Support for Differentiated Services as per RFCs 2474, 2475, 2598 & 2597.
6.3.12 32 Gbps Backplane
6.3.13 Switching Performance: 100 Kpps upgradeable to 400 Kpps
6.4 Requirements for Router at Internet Gateway
6.4.1 Integrated Firewall and IDS similar to that for Core switch
6.4.2 Support for Layer 3 MPLS VPN connection
6.4.3 In-Built monitoring and diagnostics
6.4.4 LED/LCD indication for monitoring Operational status of each module
6.4.5 Configuration Changes without Rebooting
6.4.6 High MTBF & low MTTR
6.4.7 Rack Mountable on to 19"Racks
6.4.8 Chasis as per SRS Document
6.4.9 128 MB DRAM, 16 MB FLASH Memory
6.4.10 RS 232 I/F Console Port
6.4.11 LAN Port: 8 Port of 10/100/1000BaseT and 8 Port 1000Base X ports
6.4.12 I/f Cable
6.4.13 Sufficient free slots to accommodate additional 16 (min.) Serial Ports
6.4.14 TCP/IP, IPversion6 support, NAT Support as per 1631
6.4.15 Routing Protocol support as per the SRS Document
6.4.16 WAN Protocol support as per the SRS Document
6.4.17 Network Management Capabilities as in the SRS Document
6.4.18 Optimization Features as in the SRS Document
6.4.19 QoS Support as per SRS Document
6.4.20 720 Gbps Backplane
6.4.21 Switching Performance: 30MPPS upgradeable to 400Mpps
Page 127 of 193
7.0 IP PHONES
Number Description
Supplier Response
(Compliant/Non
Compliant)
7.1 IP Phone
7.1.1 10/100BASE-T Ethernet connection through an RJ-45 interface for LAN connectivity
7.1.2 Differentiated Services Code Point (DSCP) tagging
7.1.3 Support for G.711µ, G.711a and G.729a/b audio compression codecs.
7.1.4 Software upgrade supported using a Trivial File Transfer Protocol (TFTP) server
7.1.5
Voice activity detection, silence suppression, comfort-noise generation, and error
concealment.
7.1.6 H.323 / SIP Support.
7.1.7 Inline Power (7.5W), 802.1af POE (15.4W) and Power Adapter Options for power.
7.1.8 Inline power and optional AC to DC power adapter.
7.1.9 Pixel-based display.
8.0 Anti Virus Solution
Number Description
Supplier Response
(Compliant/Non
Compliant)
8.1 Technical Specifications for Antivirus at desktops
8.1.1 The antivirus solution should provide enhanced antivirus protection for desktops.
8.1.2 Should have a Centralized Management Console
8.1.3 Should be a Single, Configurable Installation with centralized configuration & policy management.
8.1.4
Should have a Common Distribution Mechanism via combination of push & pull
Technology for better BW management
8.1.5
Should have logical group based on IP addresses (Subnets). Should support integration
with Active directory for directory structure of computers for better management
8.1.6 Should be support Multi-Platform OS Support
8.1.7 Should support Policy Enforcement
8.1.8 Should have Common, Extensible Scanning Engine
8.1.9 Should have Configurable Scanning. Should have the ability to control the amount of CPU resources dedicated to a scan process
Page 128 of 193
8.1.10
Should have Unknown Virus Detection & Repair. Should have behavioral & Heuristic scanning to protect from unknown viruses. Should have buffer overflow protection
integrated with AV scan engine for protection from threats/exploits that uses buffer overflow
8.1.11 Should have Compressed File Detection and Repair
8.1.12 Should have Research Centers for proper updates as well as technologies to support the outbreak
8.1.13 Should have 24*7 Global Technical Support
8.1.14 Should ensure security policy enforcement by integrating and centralizing installation, deployment, management & updating
8.1.15
Should conserve n/w b/w by updating virus definitions with incremental updates. Should support daily update for definition files. Size of daily update should be optimal and in the range of 10-12MB
8.1.16 Should be able to support the Platforms of desktops of the utility
8.1.17 Anti-Virus Software must have the capability to detect and clean Virus
8.1.18
Should be able to detect new classes of viruses by normal virus definition update
mechanisms
8.1.19
Should provide common definitions for all operating systems supported & across all
product ranges.
8.1.20 Should be able to update definitions & scan engine on the fly, without a need for reboot or stopping of services on servers.
8.1.21 Should be able to add files, folders or extensions to an exclude list so that they are not scanned on access.
8.1.22 Should enable automatic submissions of unknown/suspected virus samples to vendor and automatic response/delivery of the cure.
8.1.23 Should allow for incremental virus definition and scan engine updates.
8.1.24 It should recognize a missed event on a machine, which was switched off, and restart the same when machine is turned on.
8.1.25 The anti-virus software should be able to automatically detect and update definitions and scan engine form the nearest Distributed repository in the network.
8.1.26 Should be able to set and monitor client server configuration remotely.
8.1.27 Should be able to lock down all anti-virus configurations at the desktop.
8.1.28
Should be able to optionally make the client user interface invisible for transparent
protection.
8.1.29 User should be prevented from being able to uninstall the anti-virus software.
8.1.30
Must be able to distribute new and update anti-virus software, virus definitions and configuration files automatically to clients and servers from a central location (Clients
need not login to the central server to download the updates)
8.1.31 Should be able to view all servers and clients from one console.
8.1.32
Should be able to initiate virus sweeps remotely (central command to scan all machines
in case of an outbreak Should support folder/directory/share lockdown centrally to contain virus outbreak. Should support blocking of files based on their name to stop
8.1.33 Should be able to perform manual or scheduled virus scans on individual computers remotely.
8.1.34 Must provide centralized event logging to locate and cure virus problems.
8.1.35 Alerts on virus activity should be passed on to administrator
8.1.36 OS INSTALLER SUPPORT- should be incorporated for a standards-based installation. Should support installation of software package in both format OS Installer & EXE file
Page 129 of 193
8.1.37 Should enables administrators to identify which machine has generated a threat that is spreading by an open file share (for example, Nimda or CodeRed).
8.1.38
Should enable administrators to easily move clients (who have changed departments, for example) from one physical parent server to another simply by dragging and dropping through the central management console.
8.1.39 Should store event data generated while a client is disconnected from the corporate network and forwards it when the client reconnects.
8.1.40 Should enables administrators to launch an immediate LiveUpdate session on single or multiple clients during an outbreak.
8.1.41 Should enable administrators to select the events that clients forward to their parent servers and those secondary servers forward to primary servers.
8.1.42
Should extends virus, worm, and Trojan horse detection capabilities to include certain
non-virus threats, such as Sypware, Trackware, Adware, Dialers, Joke Programs, Remote Access, and Hack Tools, which can be used with malicious intent.
8.1.43
Should scan the body text and attachments of incoming e-mail messages that are
delivered through POP3 / IMAP mail clients
8.1.44 Auto Protect should be loaded on system startup, and then unloaded on system shutdown to help protect against viruses, such as Fun Love.
8.1.45 Should scan in-memory processes on disk for threats. If a threat is detected, the running process can be terminated
8.1.46 Should have enhanced protection from Spyware and Adware, including: Real-time protection to reduce the risk of Spyware reaching the system.
8.1.47 Should automatic remove Spyware and Adware for easy disposal of security risks.
8.1.48
Should have Side-effect repair to clean up registry entries, files, and browser settings
after hard-to-find Spyware infection.
8.1.49 Should have enhanced tamper protection that guards against unauthorized access and attacks, protecting users from viruses that attempt to disable security measures.
8.2
TECHNICAL SPECIFICATIONS - ANTIVIRUS PROTECTION FOR MICROSOFT
EXCHANGE
8.2.1
Should support Windows 2000 Server/Advanced Server/Datacenter (Service Pack 3),
Windows 2003 Standard/Enterprise/Datacenter, Microsoft Exchange 2000 (Service Pack 3) and Microsoft Exchange 2003
8.2.2 Should provide a comprehensive solution consisting of multi-level anti-spam, rules-based content filtering and antivirus.
8.2.3 Should be able to control spam more effectively by having multiple score assignment to every spam message with heuristics anti-spam detection
8.2.4
Should allow messages to be handled appropriately based on the heuristics-assigned
spam score with multiple spam disposition options.
8.2.5 Should incorporate intelligent, rules-based content filtering to prevent unwanted content from entering and confidential information from leaving the network.
8.2.6 Should minimize false positives by creating a trusted sender Whitelist.
8.2.7 Should bypass heuristic anti-spam & RBL (Real-time Blacklist) for certain recipients with recipient Whitelist.
8.2.8 Should eliminate the entire message automatically with Mass Mailer Cleanup, not just attachments generated by mass mailer worms.
8.2.9
Should update automatically with new virus definitions from internet to keep your
protection up-to-date.
8.2.10 Should protect against new viruses without requiring re-installation of software, helping to reduce the cost of ownership.
8.2.11
Should automatically filter out emails with inappropriate attachment names, extensions,
or content, reducing traffic on your Microsoft Exchange servers
8.2.12 Should have an alternate to automatically update all of the Microsoft Exchange Servers from an internal virus definition server that will pick up updates from internet.
8.2.13 Should provide immediate protection for new mailboxes and public folders.
8.2.14
User/Group Based Rules - User/Group based rules should provide the ability to assign
rules to only apply to a certain group of users or create global rules with exceptions. Users and groups can be taken from active directory or they can be entered using full email addresses or wild cards
8.2.15 Attachment Content Scanning – Should scan for content contained within most file types including Microsoft Office documents, Adobe Acrobat, text, RTF, and database files.
8.2.16
True-file Typing for Multimedia and Executables – Should block/Quarantine multimedia
and/or executable files based on true file type (regardless of file extension). One of the following dispositions should be applicable: delete attachment, delete message, quarantine file, or log only
Page 130 of 193
8.2.17
Simplified Content Rule Interface – The interface for creating content filtering rules should ease the process of creating custom rules. Match lists should be added and
edited within the content filtering pages. Rules should include content to match on and exceptions within the interface to better display the intent of a rule
8.2.18
Generate Reports across Multiple Servers— Should kick-off reports on each individual
server from a central location and then browse to individual servers to view the report
8.2.19
Should be able to view a summary of activity and information for all Microsoft Exchange servers that are managed within a group, including consolidated spam and anti-virus
data, from the home page.
8.2.20
Expanded Protection against Security Risks— Should have the ability to detect expanded threats such as joke ware, Spyware, Adware and other non-viral risks.
Separate dispositions should be applicable to detected security risks including delete file, delete message, quarantine and log-only
8.2.21
Auto-generated Summary Reports— Should create a summary report of all activity on a single Microsoft Exchange server, and automatically generate the report at a given date and time.
8.2.22
Auto-generated Email Report– Once a report is generated; it should be automatically
delivered to specified recipients.
8.2.23 Graphical Reports– Reports should be generated that include charts and graphs to provide a clear picture of virus, filtering, and spam activity within an organization.
8.2.24
Should have different log database for detection event and product. Should provide multiple scanning options like – proactive scanning, Background scanning, Transport level scanning. Should provide scanning of nested archived files for atleast 30 times
9.0 Hardware for AMR based data logging system
Number Description
Supplier Response
(Compliant/Non
Compliant)
9.1 Modems for AMR System
9.1.1 Interface capability with RS232 cable
9.1.2
Should be capable of operating on Three phase supply drawn from the Meter input itself.
Auxiliary Power supply will not be acceptable.
9.1.3
The operating voltage range for the modem should be 90 V ac P-P to 440 V ac P-P, so that the modem can be used on both HT & LT Trivector Meters. How ever the modem
should also be capable of operating on single phase 230 V, 50 Hz power supply. The modem sh
9.1.4
The Modem should be capable to transfer the entire data of Trivector Meter in less than
10 Minutes after connection is made assuming there is no line disturbance.
9.1.5
The Modem should be supplied with power cable, antenna with co-axial cable of suitable length, RS 232 connecting cable, mounting adopter etc. and should be complete in all
respects.
9.1.6 Sealing: The modem should cover and body should have arrangement for sealing. In addition to this, the SIM card holder cover should also have arrangement for sealing.
9.1.7
The Modem should have flexible external antenna to enable placement of the antenna at
the location of strongest signal inside the Metering Cubicle.
9.1.8
Outage Notification: In the event of an outage, the modem should be able to initiate
separate call or send SMS to predefined number to notify the outage event with data and time of occurrence and restoration.
9.1.9
In the event of an outage, the modem should be able to initiate separate call or send
SMS to predefined number to notify the outage event with data and time of occurrence and restoration.
9.1.10
The Modem should act a completely transparent channel i.e. the Commands
received from Sub Division Data acquisition server should be conveyed to meter and data from meter should be conveyed to Sub division data acquisition server without any change
9.1.11
Data collection from meter should take place only after connection is established between Data acquisition server and Meter. Data should not reside in the modem before the time of transmission to Sub division server, to avoid chances of tampering of data
Page 131 of 193
9.1.12 The Modem should be capable of operating with SIMs of local GSM/CDMA Service provider in the area.
9.1.13 Data enabled SIM card will be provided by the utility and monthly SIM charges will be borne by the utility.
9.1.14 Modem should be capable for continuous working for 24 hours every day under field conditions, even when enclosed in Metering Cubicles at Consumer sites.
9.1.15 Software shall have facility for Auto-Scheduler to enable automatic / Unattended data collection during night hours.
9.1.16
GSM /GPRS/EDGE Modems and SIM cards Specifications as per the below
requirements:
i GSM Modem shall be suitable for long duration data transmission and shall be protected from external interference of systems working at different bands.
ii
Mechanical Specifications :- Modem should be a compact model housed in a polycarbonate / engineering plastic / Metallic enclosure. The modem should comply with IP55 degree of protection
iii
Environmental Specifications :- The Modem shall meet the following environmental specifications : - Ø Storage Temperature : -20 degrees to +70 degree Celsius
Ø Operating Temperature: -10 degrees to +60 degree Celsius Ø Humidity:- 95% RH ( Non - Condensing)
iv
Communication Capabilities: -
Ø Modem should be Dual Band modem capable of operating at 900 and 1800 MHz GSM transmission. Ø Modem should support both Data and SMS transmission. It should have both GSM
and GPRS/EDGE features.
v
Interface :- Ø Modem should have an RS232 Interface through a 9 pin or 15 pin D type Connector
for connection to Meter. Ø The SIM interface should be a 3 V Interface in accordance with GSM 11.12 phase 2 with an retractable SIM cardholder, which should be fully inserted inside the modem. The
holder opening should have a sliding cover with provision for sealing after placing of the SIM card. The modem shall accept the standard SIM Card. Ø Modem should have a SMA Antenna connector
vi
Power :- Ø Maximum Power Output should be 2 W at 900 MHz (Class 4) and 1W at 1800 MHz
(Class 1). Ø The RF functionalities should comply with the GSM phase II/II+ compliant, EGSM 900/GSM 1800 recommendation. Ø VA Burden of the Modem should not exceed 3.5 VA during data communication
vii Sensitivity :- GSM 900 : <-100 dBm GSM 1800 : <-100 dBm
viii
Data Features: -
§ Modem should use standard AT Command set (GSM 07.05, GSM07.07) for settings of the modem. § TCP/IP stack access via AT commands
§ Internet Services : TCP, UDP, HTTP, FTP, SMTP, POP3 § Max. Baud Rate: for GSM Operation - 9600 bits/sec
ix
CSD Data transmission features :- § Data circuit asynchronous, and non transparent upto 14.4 Kb/s § V.110
§ USSD Support
x
GPRS Data transmission features :- § GPRS Class B Multi slot class 12 or class B Multi slot class 10
§ Packet channel support : PBCCH § Coding Schemes: CS1 to CS4 compliant with SMG32 (Release97)
xi
EDGE Data transmission features :-
§ EDGE (EGPRS) Multi slot class 12 or Multi slot class 10 § Mobile station Class B § Modulating and coding schemes : MCS 1 to 9
§ Packet channel support : PBCCH
xii SMS Features: - § Text and PDU§ Point to point (MT/MO)§ Cell broadcast
xiii
Operational Indicator :- The Modem should have separate LED indications for transmit data, received data, carrier detects and Power ON, etc. to indicate Power on position and to indicate the availability of signal at the place of installation
9.1.17 CDMA Modems and SIM cards Specifications as per the below requirements:
i Communication Capabilities
Modem should be Dual Band modem capable of operating at
800 and 1900 MHz CDMA transmission. Modem should support both Data and SMS transmission.
Page 132 of 193
ii Power Supply Input Power (90V~310V A.C.) with 6KV Surge tested AC Power supply
iii Mechanical Specifications
Modem should be a compact model housed in a polycarbonate / engineering plastic / Metallic enclosure. The modem should comply with IP55 degree of protection.
Modem shall be suitable for long duration data transmission and shall be EMI/EMC tested for protection from external interferences.
iv
Environmental
Specifications
The Modem shall meet the following environmental specifications : -
Ø Storage Temperature : -20 degrees to +70 degree
Celsius
Ø Operating Temperature: -10 degrees to +60 degree Celsius
Ø Humidity:- 95% RH ( Non - Condensing)
v Interface
§ RS-232 Serial supporting remote control by AT Commands
§ SMA Antenna connector,
§ RUIM SIM Card Holder
vi Packet Data Features
CDMA2000 1xRTT, up to 153.6K bps forward & reverse channels
vii
Circuit Switched
Data IS-95A, IS-95B up to 14.4K bps
viii Data features Data circuit Asynchronous and non transparent up to 14.4 kbps auto baud rate
ix Operating Frequencies
§ TX:824-849 MHz,RX:869-894 MHz for 800 MHz CDMA
§ TX:1850-1910 MHz,RX:1930-1990 MHz for 1900 MHz CDMA
x RF Power
§ 600mW (EIRP Nom.) for 800 MHz CDMA
§ 400mW (EIRP Nom.) for 1900 MHz CDMA
xi Maximum TX Power: +23.0dBm Min.
xii Receiver Sensitivity >-104dBm
xiii Frequency Stability < ± 2.5 PPM
xiv SMS features
§ Supports Text and PDU mode
§ Point to Point &
§ Cell Broadcast
xv LED Indications Visual LED display for Power, Rx/Tx and Network
xvi SIM Connector Standard 3V SIM receptacle
xvii Antenna Flexible Antenna options
Page 133 of 193
10.0 Work Station
Number Description
Supplier Response
(Compliant/Non
Compliant)
10.1 Hardware Requirements
10.1.1 Architecture
i) Type Desktop PC
ii) Orientation
Vertical Tower Type or Ultra Small /Small Form Factor Desktop Type With
Mechanical Locking Arrangement for the CPU Cover/casing
iii) Bus type /
architecture PCI
10.1.2 Processor
i) CPU CHIP Dual Core Processor or higher
ii) Processor internal clock speed 3 GHz or higher
iii) Planer clock speed / FSB 1600 MHz or higher
iv) L2 Cache 4 MB or higher
10.1.3 Memory
i) Memory (RAM) 4 GB (2 nos. of 2 GB DIMMs)
ii) Memory (RAM) max expandability 4 GB or more
iii) RAM speed 1600 MHz or higher
iv) RAM slots total 4 or more (in Dual Channel; 2DIMMS /channel or more)
v) RAM type Non ECC DDR3
vi) Packaging DIMM
10.1.4 Board
Mother Board OEM Mother Board with OEM logo embossed on the Mother board
Revision Level
Management agent should show the
revision level
10.1.5 FDD Capacity NOT REQUIRED- DELETED
10.1.6 HDD
i) Size & Make 500 GB @ 7200RPM or better, Sync Transfer Rate 3 GBPS
ii) Hard disk controller Integrated SERIAL ATA II
iii) HDD Exp Option Option to add 2nd Serial ATA HDD-Required
10.1.7 Graphics subsystem
i) Type built-in on the chipset
ii) Video RAM Shared
iii) Resolution 1024x768 or better
iv) Graphics bus interface Integrated Graphics Media accelerator
10.1.8 Monitor (Asset Controlled ) Monitor
LED of 20" or higher, Min. Resolution 1600 x 900
10.1.9 Keyboard Type USB Std Keyboard
10.1.10 Pointing device Mouse 2 button OPTICAL scroll Mouse, OEM
Page 134 of 193
10.1.11 DVD Drive
i) Speed 22X or higher
ii) Make
SATA Implemented OEM make or equivalent ( any other make offered to be specified)
10.1.12 Ports and Interfaces
i) Parallel ports 1 (EPP/ECP bidirectional)
ii) Serial Port 1
iii) Serial ATA Interface 4
iv) Parallel ATA IDE
Interface with UDMA 33 1
v) USB Ver 2.0
At least 8 out of
which 2 on front
vi) Mouse 1
vii) Keyboard 1
vii) Graphic Media Accelerator Display 1
ix) Audio stereo input 1
x) Audio stereo
output 1
xi) Microphone 1
10.1.13 Expansion options
i) Slots
a) PCI Slots Conventional
2 Free Slots Minimum
b) PCI Express xl Slot
1 Free Slot Minimum
c) PCI Express xl6
Slot
1 Free Slot
Minimum
ii) 3.5 inch bays -accessible 1 or more
iii) 3.5 inch bays -
not accessible 1 or more
iv) 5.25 inch bays -accessible 2 or more
10.1.14 Manageability & Standards
i) WLP 2.0 Yes
ii) Plug & Play Yes
iii) Power management
features ACPI 1.0 Yes
iv) EPA Energy Star compliant Yes
10.1.15 Security features
i) Boot sequence
control Yes
ii) Diskette boot inhibit Yes
iii) Power on/ Boot password Yes
iv) Configuration Password Optional
iv) Setup password Yes
10.1.16 Audio
i)ADDA
Integrated 4
channel High Definition audio
ii) Sampling Rate
5 KHz to 44 KHz
or better
Page 135 of 193
iii) Synthesizer 4 channel or better
iv) Internal
Speakers
To be provided -
1.5 W Minimum
10.1.17 Network Connectivity
a)Type
Integrated Gigabit N/W
Connection Ethernet
b) Support type
Wake on LAN
support
c) Connector RJ45
10.1.18 OS
a) MS WINDOWS, b) Linux with x- window or
c) Mac OS
Latest version preloaded
a)Recovery CDs containing all required drivers and patches
b)OS CDs/DVDs with License declaration and
c) Documentation on media for Lic.
S/W Patches
Ensure that all software (OS & applications) supplied is licensed and
includes supply of all patches, updates, and bug-fixes during the warranty and extended support period if any.
10.1.19 Warranty
Minimum 3 Years Comprehensive
OEM on-site warranty (NEXT Business DAY
resolution) for all components (H/W and OS)
supplied including re-loading and re-
configuration of all s/w and device drivers, if
required.
10.1.20 CERTIFICATION
a) Windows Certified
Compliance Required ( In case supplied with Window OS)
b) LINUX ready Certified Compliance Required,
c) Mac OS certified
Compliance Required ( In case supplied
with Mac OS)
10.1.21
Manageability
Features * (All related Client Licenses as
applicable to be provided)
a) Tools for asset Tracking including
serial number tracking of system, manufacturer name
& model, board, CPU, memory, monitor, HDD with
details of NIC, OS Etc to be provided by OEM
Required,
Compliance to be demonstrated
b) OEM health monitoring/
diagnostic tools
Required, Compliance to be
demonstrated
c) Monitoring & Pre
failure alerts for the Hard Disk
Required, Compliance to
be demonstrated
10.1.22 Physical Security Hood Sensor
Required.
Compliance to be demonstrated
Page 136 of 193
10.1.23
Additional
Information to be provided by bidder BIOS Type To be indicated by bidder
10.1.24 Power Supply Power Supply Wattage
To be indicated by bidder (But not less than 150W)
10.2 Computer Table and Chair Requirement
10.2.1 Computer tables ( W.stations ) of approx size of 900 x 600 x 750mm ( Height ) with 19mm thick commercial board finished with approved laminate on top having one pull out keyboard tray on telescopic channel for smooth movement along with Seperator glass
8/10mm thick of size 2' x 1'-6" Duly supported on Glass – D, PIN - UP Board with soft board and approved fabric ( 24" x 36" )and Pencil drawer of size 300 x 225mm on telescopic channel with drawer lock. The running table should be individually supported
by 19 mm thick commercial board. All the exposed surface should be finished with approved laminate and internal surfaces with enamel paint / polish etc as reqd and as per the Site Engineer Instructions. The tables should be constructed in a manner that if
required it can be used seperately and individually or joined together without affecting the asthetics
10.2.2 Ergonomic height adjustable revolving Computer Chair with armrest. Five pronged Nylon
base with 60 mm double castors. Seat and back made of polyurethane foam on 12 mm hot pressed ply duly upholstered with low pilling and permeable fabric. Overall height of the chair – 95 to 105 cm.
11.0 Printers
Number Description
Supplier Response
(Compliant/Non Compliant)
11.1 Hardware Requirements
11.1.1
Laser Jet Printer
A) Type Monochrome Laser
B) First copy out time 10 sec
C) Speed 15 ppm or higher
D) Resolution 600x600 dpi
E) Make& Model To be indicated by bidder
F) Misc.
Built-in memory of 2 MB and maximum upgradeable memory up
to 2 MB and connectivity with USB port.
11.2 Multi Function Printer
11.2.1
Functions Print, Copy, Scan, fax
Print Resolution upto 600 x 600 x 2 dpi or higher, Image Resolution Enhancement technology
Print Speed Black (Letter): 26 ppm or higher; First Page Out: As fast as 10 sec
Scan Features
Instant on scanner, 35-page Automatic Document Feeder
(ADF), OCR software in box
Scan Type Flatbed, ADF
Scan Resolution
Enhanced: Upto 19,200 dpi or higher; Hardware: Upto 1200 x
1200 dpi or higher; Optical: Upto 1200 dpi or higher
Scan Speed 15 ppm or higher
Scan Size ADF (MAXIMUM) 8.5 x 14 in (216 x 356 mm)
Scan File Format JPEG, TIF, BMP, GIF, PDF, PNG
Page 137 of 193
Copy Resolution Black (Text): Upto 600 x 600 dpi or higher; Black (Graphics): Up to 1200 x 1200 dpi or higher
Copy Speed 15 cpm or higher
maximum number of copies minimum 99 copies
Copy reduce/enlarge settings 25 to 400%
Copier settings
Upto 99 multiple copies, Collation, Reduce/Enlarge from 25% to
400%, Contrast (Lighter/Darker), Resolution (Copy quality), Copy optimization
fax Resolution upto 300 x 300 dpi or higher
Fax speed dialing, max numbers 120 numbers or higher
fax modem 33.6 kbps or higher
Fax memory 400 pages or higher
Fax features
Auto Fax Reduction Supported, Auto Redial, Fax Delayed Sending, Distinctive Ring Detection Supported, Broadcast Locations: 119 Locations
Fax Forwarding, Fax Phone Tam Interface Supported, Polling (Poll To Receive Only); Fax Telephone Mode Supported, Junk
Fax Barrier,Speed Dials, PC Interface Supported.
Duty Cycle(monthly) Up to 8,000 pages or higher
Connectivity Hi-Speed USB 2.0 port, 10/100 Ethernet network port
Network capabilities 10/100 Ethernet; Network Ready: Standard (built-in Ethernet)
Standard memory 128 MB or higher
Duplex print options Automatic
Media type and capacity ADF: Minimum 35 sheets; Minimum 250 sheets on main tray
Media sizes
Priority feed tray: minimum: 3 x 5 in; maximum: 8.5 x 14 in;Main
tray: minimum: 3 x 7.4 in; maximum: 8.5 x 14 in;Standard media sizes: A4, letter and Legal
Type of Media Bond Paper, Transparency Sheets, Envelopes, Labels cards
Printing Languages PCL 6, PCl 5, postscript
Vendor to provide drivers for supporting all the required OS and vandor will also provide Guaranteed output per laser, Catridge output with 5%, Coverage on letter size, paper in normal mode, cost of cartridges, power requirement, suggested UPS capacity (VA) &
type (online or offline), make and model.
Total
Page 138 of 193
12.0 UPS AND BATTERY SYSTEM
Number Description
Supplier
Response (Compliant/Non Compliant)
12.1 600 VA Line Interactive Intelligent UPS for workstation in the places other than at data center should meet the following requirements: Not
i Capacity 600 VA Line Interactive
ii Back up Time 10 Minutes on 450 VA Continuous Load; Overload capacity: 125% of required capacity for at least 1 Minute
iii Input Voltage 170 V to 270 V, 50 Hz + 5%
iv Output Voltage 198 to 250 (on line), 230 + 5% (On Battery) Automatic Voltage Regulation
v General Features
Automatic Voltage Regulation, Lightning & Surge Protection Output Wave form— Modified Sine wave Audio Alarms: Low Battery; Battery ON; Overload Protection:
Overload, Short circuit, spike & surge
vi Switching Time Less than 5 MS without data loss
vii Operating Temp Upto 40 Deg. C.
viii Operating Humidity Upto 90%, Non-condensing
ix Battery Type SMF- Hitachi/Exide/Global Yuasa /Panasonic make with 2 Year warranty
x Make
APC, Liebert, TVSE, Powerware (Invensys), Guard/NEXUS,
Wep, HCL
xi Others
Output Sockets—Min 3 Nos, each 6 Amp- 3 Pin with all Sockets wired for UPS output
Software : Required for health monitoring of battery & Power mgmt system RS232-C Serial port or USB port with interface cable, Min 3 Ft Long
12.2 2/5 KVA UPS at utility offices should meet the following requirements as specified below:
i Capacity 2/5 KVA
ii Model/Make BRANDED
iii Technology
SPWM,IGBT/MOSFET(for more then 72 DC volt IGBT
preferred)
iv Input
Input Voltage 230 V AC, Single phase,3 wire
160 V AC TO 270 V AC
v Input Voltage Range 45 TO 55 Hz
vi Input Frequency Range 280 V AC
vii
Input Over Voltage
Protection 155 V AC
viii Input Under Voltage Protection Should be offered externally
ix Over Voltage Cut Off 230 V AC Single Phase +-1%
x Output Voltage 50 HZ +-1%
xi Frequency 0.8 Lag to Unity
xii Load Power Factor Output load be isolated through a transformer of same rating
Page 139 of 193
xiii Isolation 245 V AC Single Phase
xiv Output Over Voltage Protection 210 V AC Single Phase
xv Output Under Voltage Protecion
125% of rated load for 60 sec
Less than 3%
xvi
Over Load Capacity
Total Harmonic Distortion Soft shut down should occur
xvii
Short Circuit
Protection without blowing any fuse.
Crest Factor 0.125694444
xviii Isolation Manual Bypass Switch Should be provided of same rating
xix Indicators
1) Over Temperature- Required
2) Load On Battery - Required 3) Battery On Charge - Required 4) Battery Low - Required
5) Mains - On Required 6) Dc - On Required 7) Inverter - On Required
8) Inverter -Tripped • Output Over Voltage • Output Low
• Over Load System
xx Static Switch
Automatic Bi-directional should take care of 100% uninterrupted transfer of load from UPS
Transfer Time <4 m sec Overall Efficiency >85 % Inverter Efficiency > 90 %
xxi Metering
Separate/Single Digital Meter • DC Voltage • DC Current
• Charge/Discharge • Output Voltage • Output Current
• Input Voltage • Digital Three/Three & Half • Frequency Meter(For Both Input And Output)
xxii Battery Period Of Backup
Sealed Maintenance Free Lead Acid Battery of >= 12 V each of uniform AH rating
xxiii Dc Bus Ripple <1 %
xxiv Battery Recharge Time
From Fully Discharge Condition To 100%
Charged Condition<12 Hrs Total Dc Bus Banks SINGLE
xxv
Vah Rating Capacity X 1 X 2hrs
Inverter Eff Utilization%
FOR 2 KVA- MIN 5926 VAH
FOR 3 KVA- MIN 8890 VAH FOR 5 KVA- MIN 14814 VAH
xxvi Battery Housing Closed housing with suitable lockers
xxvii Battery Life Minimum years replacement Guarantee
xxviii Auditable Alarm For Following Conditions
• Battery Low
• Mains Failure • Inverter Under-Voltage • Inverter Over-Voltage
• Over Temperature • Inverter Overload
xxix Environmental
• Operating Temperature < 45 Deg C • Humidity 10-90 % (non-condensing) • Noise Level < 50 db at Full Load from 1 meter. Distance
Page 140 of 193
Appendix C- Service Level Agreement C.1 Purpose of this Agreement
The purpose of this SLA is to clearly define the levels of service to be provided by
Supplier (selected ITIA’s for Part A and Part B of the project) to Purchaser for the
duration of this contract or until this SLA has been amended. The benefits of this SLA
are to:
1 Trigger a process that applies Purchaser and Supplier management attention to
some aspect of performance only when that aspect drops below an agreed upon
threshold, or target.
2 Makes explicit the performance related expectations on performance required by the
Purchaser
3 Assist the Purchaser to control levels and performance of services provided by
Supplier.
4 This SLA is between Supplier and Purchaser.
C.2 Description of Services Provided
Supplier shall provide service as defined in Section 9.0. - Scope of Work, in
accordance to the definitions and conditions as defined in the Section 10.0. - GCC and
Section 11.0. - SCC.
C.3 Duration of SLA
This Service level agreement would be valid for entire period of contract. This SLA
may be reviewed and revised according to the procedures detailed in Section C.10 of
SLA (SLA Change Control).
C.4 Service Level Agreements & Targets (Refer SRS section G5)
This section is agreed to by Purchaser and Supplier as the key supplier performance
indicator for this engagement. The following section reflects the measurements to be
used to track and report systems performance on a regular basis. The targets shown
in the following tables are for the period of contact or its revision whichever is later.
Page 141 of 193
Service Level Chart for Part A of the project
Sr.N
o.
Service Parameter Service
Level
Validation Penalty
1 Project
Management
Submission of
Monthly Project
Status reports &
Conducting Status
meetings
100% Minutes of
Meetings
Approval
of Status
reports by
Engineer-
in-Charge
2% of monthly
FMS charges for
every default
2 Helpdesk Resolution of ticket
logged
(In case appointed
bidder for part A
and part B are
different, wrongly
marked tickets
pertaining to part B
shall be
considered
resolved if
forwarded to part B
help desk as per
SLA timelines)
99% Reports
generated
from Ticket
logging
system
95%-99% calls
resolved in 2
Hours: 2%
penalty on the
monthly FMS
charges
90% - 95% calls
resolved in 2
Hours: 5%
penalty on the
monthly FMS
charges
3 Data Centre
Operations
MIS reporting of
health checkup of
all systems &
modules
developed
95% Report 0.2 % of monthly
FMS charges
4 Incident
management
Resolution of ticket
logged in Incident
Management tool
99% Reports
generated
from Ticket
logging
system
0.5% of monthly
FMS charges
5 Ticketing
Management
Same as above 99% Reports
generated
from Ticket
logging
system
0.5% of monthly
FMS charges
Page 142 of 193
Sr.N
o.
Service Parameter Service
Level
Validation Penalty
6 Problem
Management
Supplier shall
analyze all the
incidents and
provide a root
cause report every
month if there are
more than 10
incidents of the
same type.
Supplier shall take
the needed
corrective action to
prevent further
issues due to the
same cause.
100%
timely
submissi
on
covering
all
incidents
logged
in that
month
Root
cause
report
Incident
report
stating
problems
faced by
the users
Document
detailing
corrective
action
5% penalty
on the
monthly FMS
charges of
that Project
Area, if the
Supplier does
not submit a
problem
report for that
month.
5% penalty
on the
monthly FMS
charges of
that Project
Area, if the
Supplier does
not perform
the corrective
action for
more than
one calendar
month.
7 Change
Management
Resolution of
Change
Management ticket
logged in Change
Management tool
99% Reports
generated
from Change
Management
System
Covered under
section 5.1 of
SRS
8 Release
Management
Resolution of ticket
logged in Incident
Management tool
99% Reports
generated
from Ticket
logging
system
0.5% of monthly
FMS charges
9 Availability
Management
Should be part of
Monthly status
report
95% Report 0.2% of monthly
FMS charges
Page 143 of 193
Sr.N
o.
Service Parameter Service
Level
Validation Penalty
10 Performance
Management
Should be part of
Monthly status
report
95% Report 0.2% of monthly
FMS charges
11 Capacity
management
Should be part of
Monthly status
report
95% Report 0.2% of monthly
FMS charges
12 Security
Management
Should be part of
Monthly status
report
95% Report 0.2% of monthly
FMS charges
13
Resource
Management
Number of shift
days for which
resource present
at the designated
location / Total
number of shift
days
98%
average
d over all
resource
s
designat
ed for SI
services
-
calculate
d on a
monthly
basis
Attendance
track
Call Log
Audit calls/
visits
Measured on
a monthly
basis
If the resource
availability is less
than 95%, then
payment shall be
deducted based
on the pro-rata
basis.
(Total FMS cost
per day divided
by nos. of
persons
deployed)
Further
deduction
Rs.2,000/- per
day per
engineer/shall
also be made on
account of loss of
utility/service
Resource provided
is not as per
specified
certification /
experiences
100% of
the
resource
given
Experience
Certificate of
FMS
personnel
submitted by
Supplier to
Utility
Per day
deduction =
0.5 * (Monthly
value for that
manpower as per
SOR) / 30
Page 144 of 193
Service Level chart for Part B of the project
Sr.No.
Service Parameter Service
Level
Validation Penalty
1 Project
Management
Submission of
Monthly Project
Status reports &
Conducting Status
meetings
100% Minutes
of
Meeting
s
Approva
l of
Status
reports
by
Enginee
r-in-
Charge
2% of monthly
FMS charges for
every default
2 Helpdesk Resolution of ticket
logged as per the
Severity definition
chart
(In case appointed
bidder for part A and
part B are different,
wrongly marked
tickets pertaining to
part A shall be
considered resolved
if forwarded to part A
help desk as per
SLA timelines)
99% Reports
generated
from Ticket
logging
system
95%-99% calls
resolved in
specified time:
2% penalty on
the monthly
FMS charges
90% - 95% calls
resolved in
specified time:
5% penalty on
the monthly
FMS charges
3 Install, Moves,
Add, Changes
(IMAC) services
Should be part of
Monthly project
status report
95%
Report 0.2% of monthly
FMS charges
4 Asset / Inventory
Management
Provide monthly MIS
Asset Inventory
95%
Report 0.2% of monthly
FMS charges
Provide monthly MIS
on new requirements
with procurement
time
95% Report 0.2% of monthly
FMS charges
Conduct Annual
Physical Asset
verification
100% Manageme
nt approval
of Physical
Asset
0.5% of Yearly
FMS charges
Page 145 of 193
Sr.No.
Service Parameter Service
Level
Validation Penalty
Verification
report
5 Supplier
Management
Services
Evaluation of
Supplier
Performance on
quarterly basis
100% Manageme
nt approval
of Supplier
Performanc
e evaluation
report
0.5% of
Quarterly FMS
charges
Tracking of Supplier
SLA & tickets logged
with suppliers
95% Status of
tickets
logged with
Suppliers
0.5% of monthly
FMS charges
MIS reporting on
AMC tenure, License
fees
95%
Report 0.2% of monthly
FMS charges
6 Desk Side
Technical support
Services
Resolution of ticket
logged as per the
Severity definition
chart
95% Reports
generated
from Ticket
logging
system
1% of monthly
FMS charges
7 Antivirus
Management
Rollout of latest anti-
virus definition file on
workstations on
being made available
on Supplier's website
within 24 Hours on
Test Environment
and within 48 hours
on production
environment.
98% Reports
generated
from Anti
Virus
software
console
1% of monthly
FMS charges
8
Network
Monitoring &
Management
SI to monitor the
availability of the
network link for 99%
uptime. SI should
measure link
availability on a
monthly basis.
99% Downtime
reports
Reports on
the Network
performanc
e
Penalty of 2%
per month will
be deducted
from the
monthly FMS
charges of that
utility, if the
reports are not
submitted by the
SI.
Important: A
separate SLA
will be signed
Page 146 of 193
Sr.No.
Service Parameter Service
Level
Validation Penalty
with bandwidth
provider.
Resolution of ticket
logged related to
Networks
99% Reports
generated
from Ticket
logging
system
Covered under
5.1
Data Center
Network
Availability
Minimum of 99.8%
uptime measured on
a monthly basis.
(In case of existing
DC/DR link provided
under RAPDRP is
upgraded by
appointed ITIA,
penalty in SLA
default with divided
equally between
appointed ITIA and
existing RAPDRP
ITIA)
99.8% Report 2% of
monthly
FMS
charges for
less than
99.8%
3% of
monthly
FMS
charges for
less than
98%
5 % of
monthly
FMS
charges for
less than 95
%
Divisional & Other
Offices Network
Availability
Minimum of 97%
uptime measured on
a monthly basis
97% Report 2% of
monthly
FMS
charges for
less than
97%
3% of
monthly
FMS
charges for
less than
95%
Page 147 of 193
Sr.No.
Service Parameter Service
Level
Validation Penalty
9 Incident
management
Resolution of ticket
logged in Incident
Management tool
99% Reports
generated
from Ticket
logging
system
0.5% of monthly
FMS charges
10 Ticketing
Management
Resolution of ticket
logged in Incident
Management tool
99% Reports
generated
from Ticket
logging
system
0.5% of monthly
FMS charges
11 Problem
Management
Supplier shall
analyze all the
incidents and provide
a root cause report
every month if there
are more than 10
incidents of the same
type. Supplier shall
take the needed
corrective action to
prevent further
issues due to the
same cause.
100%
timely
submissio
n
covering
all
incidents
logged in
that
month
Root
cause
report
Incident
report
stating
problem
s faced
by the
users
Docume
nt
detailing
correctiv
e action
5% penalty
on the
monthly
FMS
charges of
that Project
Area, if the
Supplier
does not
submit a
problem
report for
that month.
5% penalty
on the
monthly
FMS
charges of
that Project
Area, if the
Supplier
does not
perform the
corrective
action for
more than
one calendar
month.
12 Availability
Management
Should be part of
Monthly status report
95% Report 0.2% of monthly
FMS charges
13 Performance
Management
Should be part of
Monthly status report
95% Report 0.2% of monthly
FMS charges
Page 148 of 193
Sr.No.
Service Parameter Service
Level
Validation Penalty
14 Capacity
management
Should be part of
Monthly status report
95% Report 0.2% of monthly
FMS charges
15 Security
Management
Should be part of
Monthly status report
95% Report 0.2% of monthly
FMS charges
16
Resource
Management
Number of shift days
for which resource
present at the
designated location /
Total number of shift
days
98%
averaged
over all
resources
designate
d for SI
services -
calculate
d on a
monthly
basis
Attendanc
e track
Call
Log
Audit
calls/
visits
Measured
on a
monthly
basis
If the resource
availability is
less than 95%,
then payment
shall be
deducted based
on the pro-rata
basis.
(Total FMS cost
per day divided
by nos. of
persons
deployed)
Further
deduction
Rs.2,000/- per
day per
engineer/shall
also be made on
account of loss
of utility/service
Resource provided is
not as per specified
certification /
experiences
100% of
the
resource
given
Experience
Certificate
of FMS
personnel
submitted
by Supplier
to Utility
Per day
deduction =
0.5 * (Monthly
value for that
manpower as
per SOR) / 30
17 Field modem
communication
Communication
success rate is
99.9%
(for
feeder &
HT & LT
CT
Report from
MDAS
No Penalty
Page 149 of 193
Sr.No.
Service Parameter Service
Level
Validation Penalty
Consume
rs)
<99.9%
to > 99%
(for
feeder &
HT & LT
CT
Consume
rs)
0.1% of the
monthly FMS
(for each Circle)
<99% to
> 98%
(for
feeder &
HT & LT
CT
Consume
rs)
0.2% of the
monthly FMS
(for each Circle)
<98% (for
feeder &
HT
Consume
rs)
Breach
<98% to
> 96%
(for LTCT
Consume
rs)
0.5% of the
monthly FMS
(for each Circle)
<96% for
LT CT
consumer
s
Breach
Page 150 of 193
Uptime Calculation for the month:
{[(Actual Uptime + Scheduled Downtime) / Total No. of Hours in a Month] x 100}
"Actual Uptime" means, of the Total Hours, the aggregate number of hours in any
month during which each equipment, is actually available for use.
"Scheduled Downtime" means the aggregate number of hours in any month during
which each equipment, is down during total Hours, due to preventive maintenance,
scheduled maintenance, infrastructure problems or any other situation which is not
attributable to Supplier’s (or Service provider's) failure to exercise due care in
performing Supplier’s responsibilities.
The Purchaser would provide a maximum of 04 hours of planned downtime for the
preventive maintenance (as part of scheduled downtime) per month per
equipment/service.
The downtime for scheduled maintenance (patch application, upgrades – OS,
Database, etc.) would need to be mutually agreed between Utility and the Bidder. To
reduce this time, various maintenance activities can be clubbed together with proper
planning.
"Total Hours" means the total hours over the measurement period i.e. one month (24
* number of days in the month).
Downtime Calculation:
The recording of downtime shall commence at the time of registering the call with
Supplier or Service Provider for any downtime situation for the equipment.
Downtime shall end when the problem is rectified and the application/ service is
available to the user.
Down time will not be considered for following:
1. Pre-scheduled preventive maintenance and health checks (Scheduled Downtime).
2. Failover time (30 minutes) in case of cluster environment. Beyond which the service
would be considered to be not available and appropriate penalty shall be imposed on
the Supplier.
3. Bug in any application which causes the non-availability of the service.
If the utility elects to continue the operation of the machine / equipment, when a part
of the machine is giving problem and leading to downtime, the commencement of
downtime shall be deferred until the utility releases the machine / equipment to the
Bidder for remedial action.
Page 151 of 193
C.5 Breach of SLA
In case the Supplier (ITIA for Part A and Part B of the project) does not meet the
service levels mentioned in Section C.4 of this Appendix & Section G5 of SRS
document, for three (3) continuous time-periods as specified in the relevant clause,
the Purchaser will treat it as a case of breach of Service Level Agreement. The
following steps will be taken in such a case:-
1. Purchaser issues a show cause notice to the Supplier.
2. Supplier should reply to the notice within three working days.
3. If the Purchaser authorities are not satisfied with the reply, the Purchaser will
initiate termination process as described in clause 33 of Section 10.0., GCC.
C.6 Exclusions
The Supplier will be exempted from any delays or slippages on SLA parameters
arising out of following reasons:-
1 Delay in execution due to delay (in approval, review etc.) from Purchaser’s side. Any
such delays will be notified in written to the IT Team.
2 The network links will be provided by a third party and the Supplier will monitor and
report any problems on behalf of third party. If Supplier notifies and Purchaser
approves that the delay or fault was due to the third party link services then such loss
will not be considered for tracking Supplier’s SLA parameters (Also reduced from
total service time).
C.7 Monitoring and Auditing
IT Team of Purchaser will review the performance of Supplier against the SLA
parameters each month, or at any periodicity defined in the contract document. The
review / audit report will form basis of any action relating to imposing penalty or breach
of contract. Any such review / audit can be scheduled or unscheduled. The results will
be shared with the Supplier as soon as possible. Purchaser reserves the right to
appoint a third-party auditor to validate the SLA.
C.8 Reporting Procedures
The Supplier’s representative will prepare and distribute SLA performance reports in
an agreed upon format by the 10th working day of subsequent month of the reporting
period. The reports will include “actual versus target” SLA performance, a variance
analysis and discussion of appropriate issues or significant events. Performance
reports will be distributed to the Purchaser’s IT Team.
Page 152 of 193
C.9 Issue Management Procedures
C.9.1 General
This process provides an appropriate management structure for the orderly
consideration and resolution of business and operational issues in the event that quick
consensus is not reached between Purchaser and Supplier. It is expected that this
pre-defined process will only be used on an exception basis if issues are not resolved
at lower management levels.
C.9.2 Issue Management Process
Either Purchaser or Supplier may raise an issue by documenting the business or
technical problem, which presents a reasonably objective summary of both points of
view and identifies specific points of disagreement with possible solutions.
Purchaser and the Supplier’s representative will determine which committee or
executive level should logically be involved in resolution.
A meeting or conference call will be conducted to resolve the issue in a timely
manner. The documented issues will be distributed to the participants at least 24
hours prior to the discussion if the issue is not an emergency requiring immediate
attention.
Management of Purchaser and Supplier will develop a temporary, if needed, and the
permanent solution for the problem at hand. The Supplier will then communicate the
resolution to all interested parties.
In the event a significant business issue is still unresolved, the arbitration procedures
described in the Contract will be used.
C.10 SLA Change Control
C.10.1 General
It is acknowledged that this SLA may change as Purchaser’s business needs evolve
over the course of the contract period. As such, this document also defines the
following management procedures:
A process for negotiating changes to the SLA.
An issue management process for documenting and resolving particularly difficult
issues.
Purchaser and Supplier management escalation process to be used in the event
that an issue is not being resolved in a timely manner.
Any changes to the levels of service provided during the term of this agreement will
be requested, documented and negotiated in good faith by both parties. Either party
can request a change. Changes will be documented as an addendum to this document
and consequently the contract.
Page 153 of 193
C.10.2 SLA Change Process
Both the parties may amend this SLA by mutual agreement in accordance. Changes
can be proposed by either party. Normally the forum for negotiating SLA changes will
be Purchaser’s monthly review meetings.
C.10.3 Version Control
All negotiated SLA changes will require changing the version control number. As
appropriate, minor changes may be accumulated for periodic release (e.g. every
quarter) or for release when a critical threshold of change has occurred.
C.11 Management Escalation Procedures
The purpose of this escalation process is to provide a quick and orderly method of
notifying both parties that an issue is not being successfully resolved at the lowest
possible management level. Implementing this procedure ensures that purchaser and
Supplier management are communicating at the appropriate levels. Escalation should
take place on an exception basis and only if successful issue resolution cannot be
achieved in a reasonable time frame.
1. All issues would be raised to the project management team, which is completely
responsible for the day to day aspects of the implementation. The project
management team shall classify the issues based on their severity level and
resolve them within appropriate timelines.
2. If project management team is unable to resolve an issue, the issue would be
escalated to the top management with options/ risks detailed for decision. Top
management will make decisions based on the options/ risks presented by the IT
team.
3. In case one or both the parties are unsatisfied with the decision of the top
management of the Purchaser, the dispute will be resolved as specified in clause
8 of Section 10.0. – GCC.
Page 154 of 193
C.12 Signature Page
IN WITNESS WHEREOF, the parties hereto have caused this Service Level
Agreement to be executed by their respective authorized representatives as of the
date first written above.
Supplier Purchaser
(On Behalf of all consortium members also)
Signature ------------------------ Signature ------------------
------
Name ------------------------ Name ------------------------
Address ------------------------ Designation ---------------
---------
Company ------------------------
Date ------------------------ Date ------------------------
Page 155 of 193
Appendix D Supplier Response Format
D.1 General Guidelines to the bidders
As the project is intended to scale up existing RAPDRP systems to Non-RAPDRP
area, there are some implementation and operational challenges perceived in certain
items as mentioned below where ownership already lies with existing RAPDRP ITIA.
a. Some changes and additional configurations are required in existing RAPDRP
applications to suit Non-RAPDRP area. As existing development is done by M/S HCL
tech, bringing one more ITIA to do new development or change existing development
will create practical issues. Further maintenance of same application by multiple ITIAs
will be very complex, difficult and cost ineffective solution.
After consideration of above complexity, Management of DHBVN and UHBVN has
decided to divide scope of work into two parts i.e. Part A and Part B. Also, it has been
decided to prioritise allotment of specific items (covered under Part A of the project) to
existing RAPDRP ITIA at negotiated rates of lowest price bid obtained from bidders
for these specific items. In case existing RAPDRP ITIA does not agree to work at
lowest bid price received for these specific items, Nigam management can allocate
the task to lowest price bidder.
Components of Part A and Part B of the project are given in below table:
Part A
Application Changes
Building up of Commercial Database
Part B
Office Infrastructure
New bandwidth for Offices to DC/DR and increase in bandwidth for DC
and DR
Supply and installation of Modems and GPRS Sims for Substation, HT
meters and LTCT meters
FMS for Office infrastructure, Modems, SIMS (parts and replacement)
Please refer section 9 i.e. Scope of Work for details of Part A and Part B items.
The Purchaser will select a Supplier (also referred as the ‘bidder’) in accordance with
the eligibility criteria indicated in Section 7.0..
The bidders are invited to submit a Technical Proposal and a Price Proposal for goods
and related services required for the both parts of the project i.e. Part A and Part B as
defined in Section 9.0., Scope of Work and Appendix J, Expected Implementation
Page 156 of 193
Schedule. Financial evaluation of the bid shall be done after aggregating total price
quoted for both Part A and Part B of the project as well as for both the DISCOMS.
These proposals will be the basis for contract negotiations and finalization of the
contract with the successful bidder.
The bidders must familiarize themselves with local conditions and take these into
account while preparing their proposals. To facilitate the bidders in making the
Proposal, the Purchaser shall have a ‘Pre-Bid conference’ at the address and date as
given in ITB, Section 5.0..
Please note that:
Costs involved in preparation of the proposal and of negotiating the contract,
including a visit to the Purchaser, are not reimbursable.
The final evaluation will be based on both technical and commercial factors as
per the evaluation methodology mentioned in the Appendix E.
Please check all attachments with the checklist provided at the end, prior to
submission of bid.
D.1.1 Guidelines for Technical proposal
In preparing the Technical Proposal, bidders are expected to examine this Bid
document in detail. The proposal should cover all the aspects of this bid document.
Any bid not found responsive to this bid document shall be rejected. Material
deficiencies in providing the information requested may also result in rejection of the
proposal.
While preparing the technical proposal, bidders must give particular attention that the
technical proposal does not include any financial information.
D.1.2 Guidelines for Price proposal
In preparing the price proposal, bidders are expected to take into account the
requirements and conditions of the bid document. The price proposal should follow
standard formats/forms as given in Appendix D.3.
Bidder should quote for each Project Area (Circle) cost separately and also
provide the consolidated cost of defined part of the project (i.e. Part A and Part
B ) .
Price Proposal should clearly indicate the price to be charged without any
qualifications whatsoever and should include all taxes (sales, service, etc.), duties
(excise & customs, etc), levies, works contract tax, Entry tax and other charges as
Page 157 of 193
may be applicable, to be paid pre- or post-delivery or to be deducted by the purchaser
at source, in relation to the Goods and Related Services. Such taxes, duties, cess,
charges etc, if not explicitly mentioned in the Price bid tables, but applicable under
law, should be included in the Quote under “Any other levies” column. The price
proposal should be conformance to clause 4.3 of ITB, Section 5.3..
D.1.3 Submission of proposal
The original technical proposal and price proposal shall be prepared in indelible
ink. It shall contain no inter-lineation or overwriting, except as necessary to
correct errors made by the bidder itself. The authorised representative must
initial any such corrections as mentioned in clause 13.2 ITB, Section 5.3..
An authorised representative of the bidder should initial all pages of the
proposal.
The bidders should submit five hard copies and five soft copies in separate
compact discs as per clause 13.1 ITB, Section 5.3.. The soft copies should be
necessarily in MS Word / MS Excel format (editable) besides other format(s).
Bidders are requested to submit a proposal written in the English language.
Bidders would need to submit both the technical and the price proposals.
The proposal should be typed in “Times New Roman” font, size 11 with single
line spacing.
The document should be precise to requirements and concise in nature.
Each technical proposal and price proposal should be marked "Original" or
"Copy" as per clause 13.1 ITB. Section 5.3.. If there are any discrepancies
between the original and the copies of the Proposal, the original governs.
Proposals containing erasures or alterations are liable to be excluded from the
evaluation process.
The original and all copies (also softcopies) of the technical proposal shall be
placed in a sealed envelope clearly marked "Technical Proposal for Part A" or
"Technical Proposal for Part B”. The original and all copies (also softcopies) of
the price proposal should also be placed in a sealed envelope clearly marked
"Price proposal for Part A" or "Price proposal for Part B" along with a warning:
"Do not open with the Technical Proposal." Both envelopes shall be placed into
an outer envelope and sealed. This outer envelope shall be super scribed with
the following information:
1. Name of the bidder
2. Due date and time of submission
3. Submission address and contact detail
Page 158 of 193
A clear marking stating: "DO NOT OPEN, EXCEPT IN PRESENCE OF THE
EVALUATION COMMITTEE."
Any omissions / deviations on the above, will cause rejection of the bid
The completed technical and price proposal must be delivered at the submission
address on or before the time and date stated in the Bid Data Sheet, Section 3.0..
The Purchaser will not be responsible for any postal or transit delays. Any proposal
received after the closing time for submission of proposals shall be returned
unopened.
D.2 Technical Proposal
D.2.1 General Requirements
D.2.1.1 Bid structure
The response should include detailed structure of the bid specifying the names of
bidder, consortium member (if any) subcontractors, stating their respective
responsibilities. Use following format:-
Bid Structure
Role Name of Company & Address
Bidder (SI/ Lead member in case of
consortium for SI role)
Consortium member (Second member in
case of consortium for SI Role)
Network Solution Provider
D.2.1.2 Bidder - Company Statistics
Please provide the general and financial details of each of the entities (bidder,
consortium member (if any) and subcontractor)s in the following formats:
Page 159 of 193
D.2.2 Hardware Technical Specification (Including network equipments,
LAN/WAN, etc.)
Refer to B, Technical Specifications for details. Document is provided with the bid
document as Annexure B- Mandatory Technical Specifications which is to be
submitted with technical proposal for Part B of the project.
Please respond to each specification in following format.
Technical Specifications of Hardware
No Description/Requirements Supplier
Response Remarks
DETAILS SUPPLIER RESPONSE
BIDDER’S NAME
ADDRESS
CONTACT (S), TITLE (S), TELEPHONE (S), E-
MAIL ID (S)
NAME OF THE CHAIRMAN/ MD/ CEO/
PARTNERS
NATURE OF OWNERSHIP
DATE OF INCORPORATION OF
COMPANY/ENTITY
HEADQUARTER LOCATION
OTHER OFFICE LOCATIONS, FUNCTIONS AND
PERSONNEL STRENGTH
NUMBER OF EMPLOYEES BY FUNCTION
Implementation
Sales
Support
Quality Assurance
Administrative
Management
SIZE OF TEAM FOR THE PROPOSED
SOLUTION
LOCATION OF SUPPORT CENTERS FOR
PROPOSED SOLUTION
OTHER BUSINESSES
Page 160 of 193
The response in column “Supplier Response“ for the hardware requirements
should be as follows
Compliant
Non - Compliant
Please note that the rating as per the above scale is to be entered in the "Supplier
Response" column, and column titled “Remarks” is to be used for commenting on
aspects related to the functional specification. Bidders have to fill on two columns
("Supplier Response" & “Remarks”).
Please mention the detailed specification of hardware equipment and system
software (operating system, database etc.) including manufacturer, technical
details etc. The bidders should provide details of required system software like
operating system , database for solution and utilities in following format :-
Details of Hardware Offered
Product details No. of
installations
Make and Model Version and year of release
Kindly attach the data sheets for the offered products.
D.2.3 Approach and Methodology
The following table elaborates various requirements within A&M:
i. Understanding of Purchaser and its requirement with clear
mention of the deliverables
ii. Details of proposed methodology
iii. Project Team Structure
iv. Resource planning and estimation
v. Risk planning
vi. Detailed work plan with timelines
D.2.3.1 Understanding of Utility and its requirement
Bidder should depict complete understanding of the as-is system of the Utility
based on the information provided in the Bid Document. It should also require to
list down all the deliverables that has been planned as a part of the overall project
with timelines. Also provide details of prior interaction with Utility, if any.
Page 161 of 193
D.2.3.2 Details of proposed methodology
Please provide details of methodology followed by your organization in successfully
implementing similar projects. Also highlight the special steps that your
organization/ consortium intends to take in order to ensure that the change from
current system to proposed one will be smooth and effective.
D.2.3.3 Project Team Structure
In this section please provide detail of the team that would be deployed by your
organization to execute the project. Please provide details of the team structure in
the following format:
Proposed Project Team Structure
Name of
Staff
Position
Assigne
d
Interna
tional
or
Domes
tic
Fir
m
Employ
ment
status
with the
firm (Full
time/
Associat
e)
Educatio
n
(Degree,
Year,
Institutio
n)
Area of
Expertise
and number
of years of
relevant
experience
Task
Assigne
d
A.
PROFESSIO
NAL STAFF
B.
SUPPORT
STAFF
D.2.3.4 Resource planning and estimation
Bidder shall provide detailed staffing schedule of the professional and support
staff in the following format:
For Professional Staff the input should be indicated individually; for Support Staff it
should be indicated by category (e.g.: IT administrator, field survey staff etc.).
Months are counted from the start of the assignment. For each staff indicate
separately staff input for off-site and on-site work.
Page 162 of 193
Proposed Resource Planning and Estimation
N
O.
NAME OF STAFF POSITI
ON
STAFF INPUT
IN
WEEK
S
W
1
W
2
W
3
W
4
W
5
….
.
TOTA
L
A.
PROFESSIONAL
STAFF
B. SUPPORT
STAFF
D.2.3.5 Risk planning
Bidder shall assess underlying risks in implementation of the Project and detail out
the methodology to mitigate them. It may include development of a risk
assessment matrix indicating severity of the risk, chance of its occurrence and its
mitigation approach.
D.2.3.6 Detailed work plan with timelines
Please refer Appendix J for the format.
D.2.4 Project Experience
Bidder shall provide details of projects with application modules and other
requirements (as mentioned in Eligibility Criteria, Section 7.0.) which have been
successfully completed during the last 3 financial years.
Please do not supply the names of clients who are no longer using your
product/system.
Bidders need to submit the details as per the format in the table provided. Necessary
supporting documents should be attached with RFP:
Page 163 of 193
Details of Project Experience
SI.
No
Name
of
project
Brief Scope
necessarily
including role
played by
Bidder,
modules
implemented,
sector
classification
Owne
r of
Proje
ct
assig
nment
(Clien
t
name)
Cost
of
assig
nment
Date
of
Award
ed
comm
encem
ent
Date
of
compl
etion
Was
assign
ment
satisfa
ctorily
comple
ted
Was it
a
Power
Sector
Project
? (Y/N)
Provid
e Detail
Please provide separate client details for bidder & each consortium member
(Implementation partner, product Supplier, WAN/bandwidth/Internet service
provider etc.)
D.2.5 Team details (CVs)
Use the following format for key personnel who would be involved in the project.
Please include details of team members proposed to implement the project, install
or manage hardware, install and manage LAN/WAN and related equipments etc.,
please ensure that the CV has a maximum length of 3 pages.
In case of replacement of Supplier personal from the project team, Supplier is
required to submit to the nominated Utility personal the CV of the new person with
equivalent or better education qualification and relevant professional experience
who will be joining the team and get in duly approved. The new person can start
working in the project only after his/her CV has been approved by the Utility.
Format of Curriculum Vitae
1. PROPOSED POSITION:
2. NAME OF FIRM AND ITIA ROLE (SI/NSP/GSP/MDASP)
3. NAME OF STAFF:
4. DATE OF BIRTH: NATIONALITY
:
5. EDUCATION:
Page 164 of 193
YEAR DEGREE/EXAMINATION INSTITUTE/BOARD
6.
MEMBERSHIP OF
PROFESSIONAL
ASSOCIATIONS:
7. OTHER TRAINING:
8. COUNTRIES OF WORK
EXPERIENCE:
9. LANGUAGES:
LANGUAGE SPEAKING READING WRITING
10. EMPLOYMENT RECORD:
FROM TO EMPLOYER POSITIONS HELD
13.
11. DETAILED TASKS ASSIGNED:
12. WORK UNDERTAKEN THAT BEST ILLUSTRATES YOUR CAPABILITY TO
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV
correctly describes me, my qualifications, and my experience. I understand that any
wilful misstatement described herein may lead to my disqualification or dismissal, if
engaged.
Signature of authorised representative of the staff Date:
Full name of authorised representative:
Page 165 of 193
D.2.6 Firm Detail
Bidder shall provide details of CMM/CMMI and ISO certification along with the
details of net-worth and turnover for the past three audited financial years in the
following format:
Firm Detail
DETAILS FY011-12 FY12-13 FY13-14
NET-WORTH
TURN-OVER
LEVEL OF CMM/CMMI
CERTIFICATION (YES/NO)
ISO CERTIFICATION (YES/NO)
Audited financial reports and copy of the certificates supporting the above need to
be submitted as proof.
D.2.7 Facility Management Services Plan
The detail plan for FMS shall be given in accordance with the Section G5 of SRS
Document in accordance with the scope of work defined for Part B of the project.
D.2.8 Project Management Practices
Please provide high-level details of the project management practices that will be
followed to manage the project. The project management practices would include
(but not be limited to) details of:-
Bidder must provide details of how they envisage the contract being managed
including principles such as (but not limited to) joint planning and control
mechanisms; regular and active review meetings; Project management of
individual work streams and overall program management of the entire service;
Performance reporting
Bidder should outline their proposed governance structure and designate a
Service Manager to co-ordinate their activities and provide a focal point of
contact to whom Utility can refer on any matter concerning the service.
Reporting lines and decision-making powers within the bidder’s organization
must be explained
Reporting formats and templates that would be followed by the bidders
Outline the proposed escalation procedures in the event that issues arise.
Page 166 of 193
D.2.9 Quality Assurance
Quality of service - Suppliers must provide details of their proposed approach
to quality assurance to ensure the quality of services in accordance with clause
19 of Section G1 of SRS Document. This should include:
Responsibility of quality of service;
How the supplier will ensure quality service is provided;
How quality will be measured
Does your company (and consortium partner) have any quality certification /
Assessment? If so, please provide your responses for the following:
Details of Certification
DESCRIPTION BIDDER’S
RESPONSE
Certification / Assessment Name
Who issued the certification/assessment?
When was the certification/assessment obtained?
Does this certification/assessment process involve periodic reviews
and observations/ remarks after such review? If so, please provide
details and specify when your company is due for its next quality
review?
Please specify your company’s process for product development and
enhancements
D.2.10 Documentation
Please provide a list of all user documents that will be provided along with the
software package. This must include the following minimum documents:
System and administration manuals
Technical support handbook
User Manuals;
Error Messages and their Meanings;
Training Manuals;
Analysis & Design Manuals with the relevant data flow diagrams, entity
relationship diagrams, schemas etc.;
Additions/ changes to the documents after upgrades; and
Operations Manuals.
Page 167 of 193
D.2.11 Deviations Sheet
Only “non-material deviations” (which means only those deviations that do not
qualify as material deviations as defined in ITB clause 3.2, Section 5.5 of bid
document) will be considered by the purchaser. Please describe all the non-
material deviations w.r.t Terms and conditions described in the General conditions
of contract, Section 10.0. & Special conditions of contract, Section 11.0..
If bidder desires to take any non-material deviation from the terms & conditions of
the tender, it should be mentioned specifically in this deviation sheet. Unless such
deviations are mentioned in this deviation sheet, the same will not be taken into
consideration.
Format for Deviations
Tender Clarifications – Terms and Conditions
Sl.
No.
Tender Reference
(Section / Clause
number )
Details of Clauses
/ Section needing
deviation
Deviation proposed
Except aforesaid deviations, the entire order, if placed, shall be executed in
accordance with specifications and any other conditions, variations/deviations etc.
if found, elsewhere in this proposal should not be given any consideration while
finalizing the tender.
It is not mandatory to consider and accept the deviation mentioned on deviation
sheet proposed by the bidder.
Note:- Continuation sheet of like size & format may be used as per bidder’s
requirement wherever necessary.
Page 168 of 193
D.3 Price proposal
Bidders are requested to provide cost for each of the Project Area in the
subsequent formats. The Bidders should take a note of following points while filling
the Price proposal.
1 Bidder will be responsible for payment of Taxes (including local entry taxes),
duties, cess, charges etc, including taxes, duties, cess, charges etc, to be paid
by the Supplier pre- or post-delivery. Such taxes, duties, cess, charges etc, if
not explicitly mentioned in the following tables, but applicable under law, should
be included in the Quote under “Any other levies” column.
2 The Bidder will provide Tax rates assumed for the calculation at the time of
proposal for each item in notes to respective table.
3 Please refer to GCC Clause 13.2 and the SCC for Price adjustments due to
change in Tax rates (including local entry taxes), duties, cess, charges etc.
4 Purchaser reserves the right to deduct and pay to the government authorities
the taxes at applicable rates from the price payable to the supplier.
5 The unit prices mentioned for various components should be the same for all
Project Areas. In case of any discrepancy among unit prices of various Project
Areas, the lowest unit price of equipment mentioned for any Project Area shall
prevail.
6 Utility proposes upgrade of centralized Data Centre which is located in the
Project Area(s) defined in the Appendix F (List of offices for WAN connectivity).
D.3.1 Project Area with Data Centre & Customer Care Centre
Bidder should refer Section 9, Scope of Work to fill in following information:
Name of Project Area
Number Subdivision Offices under the Project
Area:-
Number of Other Offices under the Project Area:-
Bidder should define quantity and unit price which includes FOB, Freight &
Insurance, Excise Duty, CST/VAT and any other levies for each item listed below
in the following format.
Price Details are to be provided as per attached Price annexure. Bid Forms in
Price Annexure are to be used as mentioned below:-
Page 169 of 193
Bid Form
No.
Bid Form Description
I This form is to be used for providing the price proposal of application changes,
Data Migration and Document Scanning for selection of ITIA for Part A of the
project
II This form is to be used for providing the price proposal for Part B of the project
for Selection of ITIA
III This form is to be used for providing the FMS Charges for Part B of the project
IV This form is to be used for Total Cost of Project i.e. Part A and Part B including
FMS. Evaluation will be done on the total cost of project.
Page 170 of 193
Appendix E- Evaluation Methodology Alternate bids are not allowed
Only bids from empanelled (by the nodal agency) bidders shall be evaluated.
Bidders are required to submit technical and commercial bid in two parts i.e.
separately for Part A and Part B of the project but financial evaluation of the
bid shall be done after aggregating total price quoted for both Part A and
Part B of the project as well as for both the DISCOMS.
The evaluation team will thoroughly review the proposals submitted by
various bidders / consortiums for Part A and Part B of the project separately.
The broad evaluation will be based as following:-
Technical Proposal: 50% Weight
Price Proposal: 50% Weight
Pre-demo meetings will be conducted with all the bidders
Each of the bidder will be requested to demonstrate the product and
services.
The technical evaluation will commence post the demonstrations
Based on multiple parameters, the evaluation team will calculate the
technical evaluation score for each Supplier at the end of this phase
Utility, in observance of best practices, shall:
Maintain the bid evaluation process strictly confidential
Reject any attempts or pressures to distort the outcome of the evaluation,
including fraud and corruption
Strictly apply only and all of the evaluation and qualification criteria
specified in the Bid document
E.1 Single-Stage: Two-Envelope Bidding Procedure
In the Single-Stage: Two-Envelope bidding procedure, Bidders should submit two
sealed envelopes simultaneously, one containing the Technical Proposal and the
other the Price Proposal, enclosed together in an outer single envelope. Initially, only
the Technical Proposals are opened at the date and time advised in the Bidding
Document. The Price Proposals remain sealed and are held in custody by the
Purchaser. The Technical Proposals are evaluated by the Purchaser. No amendments
or changes to the Technical Proposals are permitted. The objective of the exercise is
to allow the Purchaser to evaluate the Technical Proposals without reference to price.
Bids of Bidders which do not conform to the mandatory requirements may be termed
as non-responsive and will not be evaluated further. Following the approval of the
Page 171 of 193
technical evaluation, and at an address, date and time advised by the Purchaser, the
Price Proposals are opened in public. The Price Proposals are evaluated and,
following approval of the price evaluation, the Contract is awarded to the Bidder whose
Bid has been determined to be have scored maximum in the composite formula as
defined below:
Total Score = 50% x Technical Proposal Score + 50% x Price Proposal Score
E.2 Evaluation and Comparison of bids
Initially the Supplier’s responses are reviewed for compliance with the Commercial
terms and conditions. The Suppliers who fail to comply with any of the commercial
terms and conditions mentioned may be termed as non-responsive and will not be
evaluated further. For those Suppliers who have qualified the commercial terms and
conditions Technical evaluation will be conducted followed by the Price-Bid
evaluation. The Suppliers who qualify the minimum technical requirement will be
considered for the price-bid evaluation. The price bids will remain sealed until the
technical evaluation is complete.
Technical Evaluation
The technical bid has a weightage of 50%. Technical evaluation will happen in two
stages.
Stage-1: Preliminary Evaluation
In stage-1, the following shall be confirmed: Deviations, Submission of Bank
Guarantee, Acceptance of terms and conditions, Acceptance to scope of work and
compliance to mandatory technical requirements (as mentioned in Appendix A). In
case the bid doesn’t meet all the mandatory requirements, the bid shall be termed as
non-responsive and will not be evaluated further
Stage-2
The distribution of weights shall be as follows:
Distribution of weights for bid evaluation
No Description Weight
A Technical Proposal 50
1 Approach & Methodology 8
2 Project Experience 24
3 Team Details (CV) 10
4 Firm Details 8
B Price Proposal 50
Total Marks 100
Details for each of the above parameters is as mentioned subsequently.
Page 172 of 193
A. Technical Proposal: Following is the methodology which shall be used to
evaluate the various parameters under the technical proposal.
A.1 Technical solution Evaluation
Score for Technical Evaluation
No Description Maximum
Score
i) Appendix B No Marks
Appendix B is the minimum requirement (and hence mandatory)
for the Utility and needs to be supplied as per the specifications.
In case the bidder decides to take any deviation, the same has to
be clearly mentioned under the deviations (D.2.11). Utility shall
decide if the same is acceptable or not. In case the same is not
acceptable, the bid shall be rejected and financial bid of the bidder
shall not be opened.
Bidder’s self-response to the solution (refer A.1 above) shall be as per the manner as
indicated in Appendix-B.
A.2 Approach & Methodology
This section shall be assigned 8 marks.
A.3 Project Experience: Shall be assigned 24 marks. The distribution of marks shall
be as follows:
Indian Power Utilities Experience in Billing (9 marks)
Indian Power Utilities Experience in Consumer Indexing (4 marks)
Project Specific Experience (4 marks)
IT Experience: Application Modules implemented (7 marks)
A.4 CV: Shall be assigned 10 marks. Following is the list of categorization of
requirement of personnel:
Meter Data Acquisition/ Energy Audit
Billing/Collection/New Connection/Disconnection
Web Self Service/ Security/ MIS
Page 173 of 193
A.5 Firm details: Shall be assigned 8 marks. The distribution of marks shall be as
follows:
i. Cumulative Turn-Over in the last 3 financial years (2.0 marks)
ii. Level of CMM/CMMI certification (2.0 marks) or ISO certification
(2.0 marks)
iii. No. of locations in India (2 marks)
For qualifying, Supplier should comply with all mandatory technical
requirements of Appendix B. In case the bidder has taken any deviation in
Appendix B, utility shall decide whether the same shall be acceptable or not.
Final score will be calculated by summation of weighted score in Section A.2,
A.3, A.4 and A.5. Bidders need to score a minimum score of “35” out of 50 in the
technical evaluation; else the bid shall be termed as non-responsive and will not
be evaluated further.
B. Price-Bid Evaluation
The Price-Bid evaluation is done only for those bids which are responsive and which
have a Final Technical score which is more than or equal to the minimum score for
technical proposal mentioned in sub-section A above.
Financial evaluation of the bid shall be done after aggregating total price quoted for
both Part A and Part B of the project as well as for both the DISCOMS. The net cost
quoted will be calculated as simple addition of all the cost mentioned in the price
proposal (Clause D.3, Appendix D). The price proposal score shall be calculated with
following formula:
Price proposal score = (LP/FP)*50, where
LP: Lowest Price offer; FP: Firm’s Price
C. Total Score
Total score shall be calculated as below:
Total Score = Technical Proposal Score + Price Proposal Score
The bid with the highest overall score will be awarded the project.
CVC Guidelines will be followed regarding the issue of price negotiations with L1
bidder.
Page 174 of 193
Price Details are to be provided as per attached Price annexure. Bid Forms in
Price Annexure are to be used as mentioned below :-
Bid Form
No.
Bid Form Description
I This form is to be used for providing the price proposal of application changes,
Data Migration and Document Scanning for selection of ITIA for Part A of the
project
II This form is to be used for providing the price proposal for Part B of the project
for Selection of ITIA
III This form is to be used for providing the FMS Charges for Part B of the project
IV This form is to be used for Total Cost of Project i.e. Part A and Part B including
FMS. Evaluation will be done on the total cost of project.
D. Checklists
Please submit a copy of this section with cover letter while submitting the proposal.
Documents for Part A and Part B of the project to be submitted separately.
D.1.1 Mandatory forms that needs to be submitted
Check List for Mandatory Forms
S.No. Item Furnished
1 Documents against eligibility criteria Yes/ No
2 Bid Security Yes/ No
3 One original copy duly signed- Technical Proposal Yes/ No
4 Four copies of Technical Proposal - Hard copies Yes/ No
5 Five copies of Technical Proposal - Soft copies Yes/ No
6 One original copy duly signed- Price proposal Yes/ No
7 Four copies of Financial Proposal - Hard copies Yes/ No
8 Five copies of Financial Proposal - Soft copies Yes/ No
9 Proof of turnover and networth for the last three audited
financial years of Bidder, consortium member (if any) and sub-
contractors
Yes/ No
10 CV of key personnel in suggested format Yes/ No
11 Proposed SLA template Yes/ No
12 Filled-in copy of Bidding forms (Section 8.0.) Yes/ No
13 Receipt of purchase of tender Yes/ No
Page 175 of 193
D.1.2 Compliance checklist
Check List for proper Documentation & Compliance
S.No. Item Furnished
1 Please confirm you agree to all clauses specified in the
Section 5.0., ITB
Yes/ No
2 Please confirm you have submitted all the mandatory forms
specified in Appendix D (Technical & Financial Proposal)
Yes/ No
3 Please confirm you have noted the bid submission deadline
specified in Section 6.0., Bid Data Sheet.
Yes/ No
4 Please confirm you have noted that the performance security
will be furnished within time period as specified in Section 5.0.,
ITB Sub Clause 5.5.
Yes/ No
5 Please confirm you have provided all document proof to
substantiate you qualifying the eligibility criteria as mentioned
in Section 7.0.
Yes/ No
6 Please confirm you have complied with the proposed solution
architecture specified in SRS Document
Yes/ No
7 Please confirm you have complied with all services specified in
the scope of services mentioned in Section 9.0.
Yes/ No
8 Please confirm that you comply with all clauses specified in the
General Conditions of Contract specified in Section 10.0.
Yes/ No
9 Please confirm that you comply with all clauses specified in the
Special Conditions of Contract specified in Section 11.0.
Yes/ No
10 Please confirm that all goods (software and hardware) and
services have been included in the price proposal and is
complete in all respects without any deviation/ missing items
Yes/ No
11 Please confirm that you have not submitted any alternate
proposal
Yes/ No
12 Please confirm that you have noted the SLA guidelines and
penalty clauses applicable as specified in Appendix C.
Yes/ No
13 Please confirm you have provided sufficient Bid security in
proper form as specified in clause 5.3, Section 5.0. ITB
Yes/ No
14 Please confirm you have responded to all mandatory technical
specification given in Appendix A
Yes/ No
15 Please confirm you have responded to all technical
specifications (applications) given in the Appendix B
Yes/ No
16 Please confirm that you have checked the final quote provided
in Appendix D (Price Proposal)
Yes/ No
Page 176 of 193
Appendix G- Bidder Queries
Format for Bidder Queries
Sr. no. RFP Clause No. RFP Page No. Description of Query Suggestion by Bidder
Appendix F – Geographical & Administrative Information Following is the list of project area which are included under the scope of work
Geographical & Administrative Information of all the Project Areas in DHBVN
General Description Detail
Name of town with HQ Hisar
Name of town with Data Centre Hisar
Name of Town with Disaster Recovery Centre Panchkula
Name of town with Customer Care Centre Gurgaon
*Data as on 31st March’2013. Current % growth per annum is 7.5% for consumers.
Sr. No Circle
Name Consumers
Sub-
Division
Offices
Other
Offices
Unit Nos. Nos. Nos.
1 Hisar 365904 13
2 Gurgaon 233902 10 5
3 Faridabad &
Palwal 144280 8
4 Bhiwani 249690 12 3
5 Sirsa 208450 9 3
6 Narnaul 148147 7 3
7 Rewari 168746 6 2
8 Jind 196652 9 1
Total 1715771 74 17
Page 177 of 193
Geographical & Administrative Information of all the Project Areas in UHBVN
General Description Detail
Name of town with HQ Panchkula
Name of town with Data Centre Hissar
Name of Town with Disaster Recovery Centre Panchkula
Name of town with Customer Care Centre Gurgaon
Sr. No Circle Name Consumers Sub-Division
Offices
Other Offices
Unit Nos. Nos. Nos.
1 Ambala 184932 7 3
2 Kurukshetra 146204 4 1
3 Karnal 163819 12 3
4 Panipat 262711 5 1
5 Kaithal 152603 8 2
6 Yamunanagar 160122 7 1
7 Jhajjar 235645 8 2
8 Sonepat 185480 9 3
9 Rohtak 249823 5 6
Total 1741339 65 22
*Data as on 31st March’2014. Current % growth per annum is 7.5% for consumers.
Page 178 of 193
Appendix H – List of Manuals/Business Processes to be converted into electronic form The following manuals/business processes need to be converted into electronic form
List of Manuals/ Business Process to be converted into Electronic Form in
DHBVN and UHBVN
Name of the
application/
business
process that
requires
data
migration
into the
proposed
application
Type (Stand
alone
application/
Integrated
application/
Manual
Business
Process)
If
Integr
ated,
what
are
the
other
applic
ations
integr
ated
with
this?
Databas
e
(Access,
SQL
etc.)
Data Format
(Access
Table, Paper
forms, Excel
Sheets etc.)
Data
mirrorin
g/
replicati
on
needed
?
Comments
MIS Manual
Business
Process
None None Paper YES Data Migration
required
Energy
Audit
Manual
Business
Process
None None Paper YES Data Migration
required
Billing Stand Alone
Application
(SAS)
None SQL
Server
Table,
Paper, Excel
YES Data Migration
required
Metering Stand Alone
Application
(SAS)
None SQL
Server
Table,
Paper, Excel
YES Data Migration
required
Collection Stand Alone
Application
(SAS)
None SQL
Server
Table,
Paper, Excel
YES Data Migration
required
New
Connection
Stand Alone
Application
(SAS)
None SQL
Server
Table,
Paper, Excel
YES Data Migration
required
Disconnecti
on
Stand Alone
Application
(SAS)
None SQL
Server
Table,
Paper, Excel
YES Data Migration
required
Enforcemen
t And
Manual None Paper, Excel YES Data Migration
required
Page 179 of 193
Name of the
application/
business
process that
requires
data
migration
into the
proposed
application
Type (Stand
alone
application/
Integrated
application/
Manual
Business
Process)
If
Integr
ated,
what
are
the
other
applic
ations
integr
ated
with
this?
Databas
e
(Access,
SQL
etc.)
Data Format
(Access
Table, Paper
forms, Excel
Sheets etc.)
Data
mirrorin
g/
replicati
on
needed
?
Comments
Respective
Assessment
Meter Data
Acquisition
Stand Alone
Application
None Table,
Paper, Excel
YES Integration
required
Asset
Managemen
t /
Maintenanc
e
Managemen
t
Stand Alone
Application
None Table,
Paper, Excel
YES Integration
required
Web Self
Service
Stand Alone
Application
None Oracle Table, Excel YES Data Migration
required
Page 180 of 193
Appendix I – Estimated Manpower Requirement
ITIA to deploy manpower for both Part A and Part B of the project, as per requirement
and as per Clause 7.0 of Section G.5 of SRS document keeping in view of project
completion time.
In addition to this following is the list of minimum number of resources required to be
deployed for Part B of the project upto the completion of FMS period by the bidder
under various roles:
Estimated Manpower Requirement (Part B)
Resource Type Nos.
Project Manager per utility 2
Team Leaders per Circle per Utility 18
Page 181 of 193
Appendix J– Expected Implementation Schedule
The bidders for Part A and Part B are expected to complete the implementation for DHBVN and UHBVN within 12 months and 8 months respectively for both the parts from the date of award of contract by the DHBVN and UHBVN. The effective date for Part-B will be reckoned two month prior to effective date of go-live of pilot towns.
Pilot is the first project area (consisting of the data center) that goes live in a utility. It
is expected to complete the enterprise-wide implementation for all the other identified
project areas with-in 12 (Twelve) calendar months as per below given schedule:
Project Part/ Month
Aw
ard
of
Co
ntr
act
to P
art
A
I II III IV
Aw
ard
of
co
ntr
act
to P
art
B
V VI
Go
Liv
e i
f P
ilo
t A
reas
VII VIII IX X XI XII
Go
Liv
e o
f all P
roje
ct
Are
as
Part A
Part B
ITIA for Part A is expected to complete all application changes and their deployment
within 4 months of award of contract. Contract for Part B will only be awarded when
ITIA for Part A will complete all application changes and their deployment. Complete
rollout in the remaining approved Operation Circles will be done in the next six months
at the rate of 3 Circle per Two months per DISCOM (DH & UH).
Facilities Management Services post successful completion of acceptance tests shall
be provided for a period of four years from the date of completion of acceptance test.
Bidder shall submit a detail Gantt chart as per along with the following implementation
schedule (Schedule for Part A and Part B of the project to be provided separately.
Bidders shall drill down these activities into sub/sub-sub activity in the chart. The chart
shall also detail out time and resource effort required to execute each activity. The
detailed bar charts for all the work activity shall however, be discussed and agreed to
by the successful Bidder with the owner before start of the execution of work.
Page 182 of 193
Expected Implementation Schedule for Part A
Activity/ Sub Activity Start
Date Weekly Plan
End
Date
W1 W2 W3 W4 W5 …
1 System Study and approval from owner
2
Mobilization at site with establishment of
site office, requisite resource deployment
etc.
3
Development of applications with
Acceptance / Performance test-data
migration
4 Data Migration
5 Scanning of Documents
Expected Implementation Schedule for Part B
Activity/ Sub Activity Start
Date Weekly Plan
End
Date
W1 W2 W3 W4 W5 …
1 System Study and approval from owner
2
Mobilization at site with establishment of
site office, requisite resource deployment
etc.
3
Creation of IT Infrastructure at Other Utility
offices viz. Division, Circle etc. (In a phased
manner for associated completed Circle)
4
Integration of entire IT infrastructures
created at Sub division offices, Electrical
sub stations and other utility offices with
Acceptance / Performance test
5 Facility Management Services (FMS)
Page 183 of 193
Appendix K- Abbreviations
The abbreviation mentioned in the document has been expanded hereunder:
Abbreviation Meaning
AMR Automated Meter Reading
B/W Black & White
BDS Bid Data Sheet
BG Bank Guarantee
CEO Chief Executive Officer
CIO Chief Information Officer
CST Central Sales Tax
CTI Computer Telephony Integration
CV Curriculum Vitae
DNS Domain Name Server
EMS Enterprise Management System
ExW Ex-Works
FMS Facility Management Services
FoB Freight on Board
GCC General Conditions of Contract
GIS Geographical Information System
GIS Geographical Information System
GoI Government of India
GPS Geographic Positioning System
GSP GIS Solution Provider
HQ Head Quarter
HT High Tension
ICB International Competitive Bidding
INR Indian Rupee
IP Internet Protocol
IPR Intellectual Property Rights
Page 184 of 193
Abbreviation Meaning
IST Indian Standard Time
IT Information Technology
ITB Instructions to Bidders
ITC IT Consultant
ITIA IT Implementation Agency
LAN Local Area Network
LDAP Lightweight Directory Access Protocol
LoI Letter of Intend
LP Lowest Prize
LT Low Tension
MBC Metering Billing Collection
MD Managing Director
MDASP Meter Data Acquisition Solution Provider
MoP Ministry of Power
MTR Motor Transport Receipt
NIT Notice Inviting Tender
NSP Network Solution Provider
OEM Original Equipment Manufacturer
OS Operating System
PC Personal Computer
PFC Power Finance Corporation
RAPDRP Restructured Accelerated Power Development Reforms Programme
RFP Request for Proposal
RFQ Request for Qualification
SAN Storage Area Network
SCC Special Conditions of Contract
SI System Integrator
SLA Service Level Agreement
Page 185 of 193
Abbreviation Meaning
SRS System Requirement Specifications
T/O Turnover
TS Technical Section
UPS Uninterrupted Power Supply
VAT Value Added Tax
VPN Virtual Private Network
WAN Wide Area Network
Page 186 of 193
Appendix: Price Bid Format
Bid Form I
BID FORM I
Category Sub Category Type/Discription Unit
Total Tax Amount (Rs.)
Total Cost (Rs.)
Application Implementation cost (Application develeopement, Integration, Testing and Training For DHBVN and UHBVN)
Application development
cost
Application Implementation cost (Application develeopement, Integration, Testing and Training) (For DHBVN and UHBVN)
Data Migration Cost(For DHBVN & UHBVN) Data
Migration Data Migration Cost(For DHBVN & UHBVN)
Scanning
Scan Charges Scan Charges for 3 years at each sub division (For DHBVN and UHBVN)
3457114 Pages to be scanned
No. of
pages
Total Cost
Page 187 of 193
Bid Form II
BID FORM II
Category Sub Category Type/Discription Unit Quanitity to be
increased/required
FOB (per
unit)
Freight & Insurance
(per unit)
Excise
Duty
Excise Duty (per
unit)
CST/
VAT
Sales &
other taxes (per
unit)
Any
other levies (per
unit)
Total Cost (per
unit)
Total
Cost
Rs. Rs. % Rs. % Rs. Rs. Rs. Rs.
Hardware for Sub Division Office Infrastructure
for Non RAPDRP areas
Switches Layer II Switch Nos. 139
Routers Router for MPLS/ VPN Network
Nos. 139
Cabling System Cables, Jacks etc. Nos. 139
Workstation / Equipment Cords
Nos. 139
IP Telephony IP Phone Nos. 278
UPS and Battery System UPS 5 kVA Nos. 139
Workstation PCs, Printers & Others
Workstation PC (Computer chair, table, UPS, MS Office
Latest version etc.) Nos. 973
Bar Code Readers Nos. 278
Laser Jet Printers Nos. 278
Multipurpose Network
Printer Nos. 139
Page 188 of 193
Hardware for Other Office Infrastructure for Non RAPDRP areas
Switches Layer II Switch Nos. 39
Routers Router for MPLS/ VPN Network
Nos. 39
Cabling System Cables, Jacks etc. Nos. 39
Workstation /
Equipment Cords Nos. 39
UPS and Battery System UPS 5 kVA Nos. 39
Workstation PCs, Printers & Others
Workstation PC (Computer chair,
table, UPS, MS Office Latest version etc.) Nos. 117
Multipurpose Network
Printer Nos. 39
Additional Components for Non RAPDRP areas (as per no. of PCs)
Anti Virus Nos 1090
Windows CAL Nos 1090
Exchange CAL Nos 1090
Additional Hardware for Sub Division Office Infrastructure for RAPDRP areas
Workstation PCs, Printers & Others
Workstation PC (Computer chair, table, UPS, MS Office
Latest version etc.)
Nos. 190
Additional Hardware for Sub Division Office Infrastructure
for RAPDRP areas
Workstation PCs, Printers & Others
Workstation PC (Computer chair, table, UPS, MS Office
Latest version etc.)
Nos. 100
Additional Components for RAPDRP areas (as per no. of PCs)
Anti Virus Nos 290
Windows CAL Nos 290
Exchange CAL Nos 290
Page 189 of 193
Metering Infrastructure
Metering Infrastructure
GPRS Modem Nos. 40240
Project Management Charges
PMC Project Management Cost
Total Infrastructure Cost 0
Bandwith Cost for DHBVN and UHBVN
Item Description Type Unit Quantity FOB (per unit)
CST/ VAT
Sales &
other taxes (per
unit)
Total
Cost (per unit)
Total Cost
Rs. % Rs. Rs. Rs.
Bandwidth Charges for Sub division offices
Network Connectivity - Primary Link - MPLS - VPN for 4 years
(2 MBPS)
For 4 Years per annum per location 556
Network Connectivity -
Secondary Link - for 4 years (512 KBPS)
For 4 Years per annum per location 556
Sub Total
Bandwidth Charges for other offices
Network Connectivity Charges for Primary link for3 years(512 kbps)
For 4 years per annum per location 156
Sub Total
Total Bandwidth Cost for Offices in DHBVN and UHBVN
Page 190 of 193
Bandwidth for GPRS Modems
Recurring Cost Type Unit Qunatity FOB (per unit)
No.
of
Years
CST/VAT
Taxes
&
Duties*
(per
unit)
Total
(per
unit)
Total
Nos. Rs. % Rs. Rs.
GPRS Sim Rental (Consumer Meters) Nos. 40240 4
GPRS Sim Rental -
Bandwidth Cost for DC and DR
Item List Total Bandwidth
requirement Charges per year (Including Tax)
No. of Years
Total Cost
Total bandwidth Requirement at DC (Primary) 16.00 4
Total bandwidth Requirement at DC (Secondary) 16.00 4
Total bandwidth Requirement at DR (Primary) 16.00 4
Total bandwidth Requirement at DR (Secondary) 16.00 4
Additional Replication Bandwidth DC-DR Primary 10.00 4
Additional Replication Bandwidth
DC-DR Secondary 10.00 4
Subtotal Bandwidth cost
Page 191 of 193
Item List Total Bandwidth
requirement Charges per year (Including Tax)
No. of Years
Total Cost
Additional Internet Bandwidth DC Primary 10 4
Additional Internet Bandwidth DC Secondary 4 4
Additional Internet Bandwidth DR Primary 10 4
Additional Internet Bandwidth DR
Secondary 4 4
Subtotal Internet Bandwidth Cost
Total Bandwidth Cost
Total Bandwidth and Sim rental Cost
Page 192 of 193
Bid Form III
BID FORM III
Category Project Area (Circle) Type/Description Unit Year 1
Year 2
Year 3
Year 4
Total Cost (Rs.)
FMS Cost for Part B
FMS Cost for Part B
Hisar
Gurgaon
Faridabad & Palwal
Bhiwani
Sirsa
Narnaul
Rewari
Jind
FMS Cost-DHBVN
Ambala
Kurukshetra
Karnal
Panipat
Kaithal
Yamunanagar
Jhajjar
Sonepat
Rohtak
FMS Cost-UHBVN
Total Cost
Page 193 of 193
Bid Form IV
BID FORM IV
Total Cost Summary for Part A and Part B
Costs (including FMS) Total (Rs. Cr.)
Hisar
Gurgaon
Faridabad & Palwal
Bhiwani
Sirsa
Narnaul
Rewari
Jind
Total Cost DHBVN
Ambala
Kurukshetra
Karnal
Panipat
Kaithal
Yamunanagar
Jhajjar
Sonepat
Rohtak
Total Cost UHBVN
Total project Cost (Rs.)
Price proposals will be compared based on the Total Project Cost
mentioned above